Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30,1998 PSA#2231

General Services Administration, Public Buildings Service (PBS), Eastern Area, Program Support (7PEP), 819 Taylor Street, Room 11A01, Fort Worth, TX, 76102-6105

C -- ALTERATION & EXPANSION, U.S.P.O./CTHSE., LITTLE ROCK, AR SOL GS07P99UTC0002 DUE 011599 POC Pamela Lackey, Contracting Officer, Phone (817) 978-7335, Fax (817) 978-7098, Email pam.lackey@gsa.gov -- Diana Henderson, Contracting Officer, Phone (817) 978-2260, Fax (817) 978-7098, Email diana.henderson@gsa.gov WEB: Visit this URL for the latest information about this, http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GS07P99UTC0 002&LocID=125. E-MAIL: Pamela Lackey, pam.lackey@gsa.gov. General Services Administration (7PEP), Program Support Group, 819 Taylor Street, Room 11A01, Fort Worth, TX 76102-6105 C -- Design Services for ALTERATION & EXPANSION, U.S. POST OFFICE/COURTHOUSE, LITTLE ROCK, ARKANSAS. SOL GS-07P-99-UTC-0002. Bldg # AR0030ZZ. Project Manager: Brent Mossbarger, 817/978-7125. Contracting Officer: Pamela Lackey 817/978-7335. The General Services Administration announces an opportunity for Design Excellence in Architecture. Architectural-Engineering (A-E) Design Services and Optional Construction Phase Services are required for the design for the alteration/expansion of the U.S. Post Office/Courthouse, Little Rock, Arkansas. The existing facility is approximately 266,907 gross square feet. With required demolition and new construction the facility will have approximately 335,376 total gross square feet, which includes covered parking (27 spaces), and open parking (38 spaces on top of the covered parking structure). The design work in this historic facility will require sensitivity to complex phased construction while maintaining operational capability for the Courts and Marshals Service during construction. The estimated construction project cost is between $20 million and $30 million with a construction duration not to exceed 3 years. Types of functional areas within this building may include: general office space, computer space, courtroom, judicial chambers, public circulation areas, secured and restricted circulation areas, vertical transportation (elevators), holding cells and prisoner transfer facilities, conference and training areas, interior parking, exterior parking, and facility management and support areas. Work will include, but is not limited to the following: design of new mechanical central plant (HVAC); new electrical distribution systems; design of new state of the art communication distribution and data systems; fire safety upgrades including sprinkler systems and improvements to meet emergency egress and fire alarm requirements; demolition and newconstruction of the central wing; hazardous material abatement design; general renovation of the interior of the facility and historic restoration. The major tenant agencies served by this facility will be the U.S. District Courts, the U.S. Magistrate Courts, U.S. Probation, U.S. Marshals Service and the General Services Administration. The Scope of A-E services under this proposed contract may include, but is not limited to the following: design programming; survey of existing conditions (including site, building and subsurface investigations/surveys); presentations for client and historic preservation agencies; provide life size courtroom mock-ups; energy conservation analysis; development of housing plans and support for the relocation of tenants into swing space; complete architectural and engineering design; Value Engineering; Cost Estimating; Space Planning; Interior Design; Acoustic Engineering; test lab services; life safety code compliance; accessibility compliance; construction scheduling, preparation of construction documents (plans and specifications), studies and reports, explanatory drawings, and optional construction phase A-E services (shop drawing and material submittal review, as-built document preparation). The design team must have the capability to produce drawings compatible with AutoCadd version 14, narratives and specifications compatible with Microsoft Word Version 7.0a for Windows NT and estimates compatible with Microsoft Excel Version 7.0 for Windows NT. The Government intends to use the partnering process during the design and construction of this project. The A-E selection will be based upon a two stage selection process as follows: Stage I selection will result in a short list of at least three firms based on design excellence capabilities, achievements, philosophy for the project by the Key Designers and Key Design Firm, and physical location of the design firms; Stage II will result in a selection of the best qualified A-E firm based on interviews with the short listed firms regarding the entire project team, project management approach, cost control, schedule control, quality control along with the information submitted under Stage I. A-E firms, partnerships or joint ventures who will contract with the Government must have an active design production (ADP) office within the state of Arkansas in operation within 2 weeks of contract award for design services. A-E firms shall be required to demonstrate during Stage II the capability and intent to perform 55% of the Design and Contract Documentation Services, including project communications and controls within the state of Arkansas. Consultants may submit with multiple firms. DEFINITIONS: The Key Design Firm is the firm that employs the Key Designers (in-house or consultants). The Key Designers are the individuals that will develop the philosophy, design intent, and conceptual design for the architectural systems for this project. Equal consideration will be given to all Key Designers whether they are nationally recognized, locally recognized, or emerging designers. STAGE I SUBMITTAL: Provide evidence that clearly demonstrates the capability to exemplify Design Excellence that will properly express the dignity and enduring presence of the United States Courts. Submit information on modified Standard Forms (SF) 254 & 255 on issues addressing: design capability; achievements; and vision or philosophy, energy conservation, functional appropriateness, cost effectiveness, client satisfaction, and durability/ease of maintenance for this project by the Key Designers and Key Design Firm (without the rest of the project team). The short list will be developed based on the following Evaluation Criteria Categories: (1) Design Approach/Philosophy (30%): Provide a narrative statement, not exceeding three typewritten pages, describing the design approach, design considerations, philosophy, goals and objectives regarding the proposed project. This narrative should address design opportunities for this project and how the design will be influenced by the project requirements and objectives, and by the location, culture, and local architecture in the area. (2) Capability of Key Design Firm (25%): Submit 8-1/2" x 11" photographs or graphics (maximum of three per project) and a typewritten description (maximum of one page per project) for three to five designs completed by the Key Design Firm within the past five years. Demonstrate evidence of sophisticated solutions to complex problems (including phased construction in occupied buildings), responsive design with regard to programmatic requirements and owner constraints (budget and schedule), and successful comparable projects in the urban environment and public realm. Discuss the salient features of each design and how the design was cost effective, functional, and attractive. (3) Capabilities of Key Designers (25%): Submit 8-1/2" x 11" photographs or graphics (maximum of three per project) and a typewritten description (maximum of one page per project) for three to five designs completed by each Key Designer within the past five years. Demonstrate evidence of sophisticated solutions to complex problems, responsive design with regard to programmatic requirements and owner constraints (budget and schedule), and successful comparable projects in the urban environment and public realm. Discuss the salient features of each design and how the design was cost effective, functional, and attractive. (4) Key Designer Profile (15%): For each key designer submit a biographical sketch including education, training, professional experience and registration(s) (including experience in renovations of historical buildings), recognition for design efforts, etc. Include evidence of recognition. (5) Location of Key Design Firm & Key Designers (5%): Provide office addresses for the Key Design Firm and the Key Designers. (Note: All graphics and/or photography shall be bound within the submittal package.) STAGE II SUBMITTAL: Firms short listed for interview will be notified in writing. The information required in the Stage II submittal will be described in the notification. The second stage evaluation will require submittal of the Standard Form 254 and 255 for the complete design team. Interviews will be conducted in Little Rock, Arkansas. Stage I submittals (provide 4 copies) for short list selection must be received by the Contracting Officer no later than 2:00 P.M., CST on January 15, 1999. Stage II submittals, from "short-listed" firm(s), shall be due 30 calendar days after the short-listed firms are notified. All submittals must clearly indicate the solicitation number on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 15.208 (Submission, modification, revision, and withdrawal of proposals). A presubmittal meeting (attendance is not mandatory) to discuss project objectives and to answer questions will be held on December 17, 1998 in the Federal Building, 700 West Capitol, Little Rock, Arkansas. In order to attend, each design firm must contact Brent Mossbarger 817/978-7125 at least seven working days prior to the meeting for information and reservations (maximum of two representatives from the Key Design firm will be allowed). Minutes will be made available to all firms attending and those interested but not in attendance. A Prospectus Development Study (PDS) defines the major project requirements and objectives. An edited copy of the PDS for the Repairs & Modernization of the U.S. Post Office/Courthouse in Little Rock, Arkansas is available by contacting Brent Mossbarger, General Services Administration, at (817) 978-7125. A copy of the PDS study can be located on the internet (on/or about Dec 2, 1998) at the following address: http://eps.arnet.gov During the Stage II interviews, the goals and objectives of the Art-in-Architecture Program will be explained to the prospective A-E firms. The A-E Evaluation Board will ascertain the level of experience the firms have had with artists as members of a design team and integrating art into architecture. Although this procurement is open to large business, small and minority-owned A/E firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. The consultants being proposed by large businesses, as shown in the required SF-254s and SF-255_s, shall be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan to be submitted with the Stage II submittal. During Stage II of the selection process, large firms must also provide a brief written narrative of outreach efforts made to utilize small disadvantaged and small women-owned businesses on this project. An acceptable Subcontracting Plan must be agreed upon prior to contract award to any large business. During Stage II, large businesses will be required to submit subcontracting plans. During the design phase, the Government may elect to incorporate the use of a Construction Quality Management (CQM) and/or a Construction Manager as Constructor (CMc) to oversee and review the design A/E_s work (including, but not limited to: constructibility, and cost data reviews). This is a negotiated procurement that will result in award of a firm-fixed price contract. Award of this contract is contingent upon receipt of design funds and successful negotiation of a reasonable fee. This is not a Request for fee proposal. A-E firms will not be reimbursed for expenses or efforts under Stage I and/or Stage II submissions. For additional information regarding procurement procedures contact Diane Henderson at 817-978-2260. Posted 11/25/98 (D-SN274960). (0329)

Loren Data Corp. http://www.ld.com (SYN# 0020 19981130\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page