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