|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353General Services Administration, Public Buildings Service (PBS),
Central Area II, Fort Worth (7PCO-FW), 819 Taylor Street, Room 12A29,
Fort Worth, TX, 76102-6105 C -- C -- DESIGN SERVICES FOR REPAIR AND ALTERATION, EARLE CABELL SOL
GS-07P-99-UAC-5001 DUE 062899 POC Teresa Thompson, Contracting
Specialist, Phone (817) 978-7084, Fax (817) 978-7098, Email
teresa.thompson@gsa.gov -- Teresa Thompson, Contracting Specialist,
Phone (817) 978-7084, Fax (817) 978-7098, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=GS-07P-99-UAC
-5001&LocID=504. E-MAIL: Teresa Thompson, teresa.thompson@gsa.gov. SIC
Code 8711, REPAIR & ALTERATION, Earle Cabell Federal
Building/Courthouse, 1100 Commerce Street, and Santa Fe Federal
Building, 1114 Commerce Street, Dallas, TX. Request for Qualifications,
Solicitation No. GS-07P-99-UAC-5001. The General Services
Administration announces an opportunity for Architecture, Mechanical
and Electrical Engineering, and Project Management.
Architectural-Engineering (A/E) Design Services, optional Construction
Phase Services, are required for the design for Repairs and
Alterations at the Earle Cabell Federal Building/Courthouse, 1100
Commerce Street, and Santa Fe Federal Building, 1114 Commerce Street,
Dallas, TX. The Cabell Building contains approximately 987,000 gross
square feet, spread over 16 floors, including basement and mechanical
penthouse. The Santa Fe Building contains approximately 402,000 gross
square feet, spread over 19 floors, including basement and attic.
Floors 11 -- 19 (72,000 gsf) in the Santa Fe Building are unoccupied
since they do not comply with life safety codes. The design work for
these two buildings will require sensitivity to the complex nature of
phased construction in occupied buildings. The Cabell Building tenants
include the U. S. District Court, Northern District of Texas, and a
number of Executive Branch agencies. The Santa Fe Building contains
general office space for various federal agencies, including IRS and
the Corps of Engineers. An important additional factor for the designer
to take into account is the requirement to repair and clean the
exterior wall panels on the Cabell Building, especially because of the
need to safeguard the pedestrian-filled sidewalk below the Commerce
Street facade. The estimated construction cost is between $10 and $15
million with a maximum construction period of 1-12 years. Design
services for this contract shall not exceed 14 months. The types of
functional areas in these buildings may include, but not be limited to,
general office space, computer rooms, courtrooms, judicial chambers,
secured and restricted areas, public circulation areas, secured and
restricted circulation areas, conference and training areas, facility
management, and support areas. The project scope of work will include:
A. Earle Cabell Building -- (1) repair and clean exterior closure, (2)
replace window film, (3) handicapped accessibility improvements, (4)
boiler replacement, (5) work related to fire sprinkler system, HVAC
diffusers, plumbing, energy management system, domestic hot water, and
smoke detectors, (6) replacement of transformers, electrical panels,
and breakers, (7) visual fire alarm systems. B. Santa Fe Building --
(1) handicapped accessibility improvements, (2) work related to fire
sprinkler system, major HVAC system upgrades, air cooled condensers,
energy management system, plumbing, and smoke detectors, (3)
replacement of transformers and electrical panels, (4) overcurrent
protection, (5) firefighter telephones and visual fire alarm systems.
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 tenant agencies;
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, RFI management, supplementary design services, and
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 capabilities, achievements, philosophy for
the project by the Design Team, and physical location of the Design
Team firms; Stage II will result in a selection of the best qualified
A-E firm based on additional written documentation and 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. Consideration will
be limited to firms, partnerships or joint ventures having an active
design production office with the Dallas/Fort Worth Metroplex area in
the State of Texas, which is operation at the time of this
announcement. Consultants arenot required to be located within the
prescribed area. A-E firms shall be required to demonstrate during
Stage II the capability and intent to perform 50% of the Design and
Contract Documentation Services, including project communications and
controls within the Dallas/Fort Worth, TX metroplex area. Consultants
may submit with multiple firms. STAGE I SUBMITTAL: 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. The
short list will be developed based on the following Evaluation
Criteria Categories: (1) Capability/Past Performance of Design Team (50
%) A. Submit a description (maximum of two pages, double-spaced, per
project) for four to six design projects completed in the past five
years. Photographs that show before or after views of the project can
also be submitted. A minimum of two of the submitted projects shall
have been in multi-story buildings (minimum of 8 stories) with total
construction costs exceeding $5 million. The design work for the
projects described by the firms responding shall have scopes which
clearly demonstrate competence in the mechanical and electrical
engineering identified in the scopes for the Cabell and Sante Fe
Buildings. B. Design work must include the involvement of either
in-house or consulting fire protection engineers for at least two of
the projects described. C. Demonstrate evidence of sophisticated
solutions to complex problems (including phased construction in
occupied buildings) and how you responded to programmatic requirements
and owner constraints (budget and schedule). D. Because of the special
nature of repairing and cleaning high rise building exteriors, the firm
on the Design Team who has performed such projects shall specifically
provide the following information on past and current projects:
location, building information, date ofperformance, exact nature of the
design work, and references. If the A-E firm proposes to joint-venture
or otherwise team with a consultant who has performed such design
work, state whether the firms have worked together before and provide
appropriate data (building, location, date, and references). If the
firms have not worked together before, specify the type of contractual
relationship proposed. Note: Submission of a firm who has designed
work for repairing and cleaning multi-story buildings, minimum eight
stories, is a mandatory requirement to be included on the short list.
E. Discuss the salient features of each design and how the design was
cost effective, functional, and attractive. Include name, address and
current telephone number for each project owner's point of contact. (2)
Design Approach/Philosophy (20%): Provide a narrative statement, not
exceeding two typewritten pages, double spaces, 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 project requirements and
objectives will influence the design. This submission must be prepared,
signed and dated by the Team's designated project manager. It must also
be reviewed, signed and dated by the principals of each participating
firm. (3) Profiles (30%): For each architect, engineering, and other
key personnel on the Design Team, submit a biographical sketch
including professional work experience, education, training, and
registration. Prepare a matrix, which shows for each of the four to six
projects, which members profiled worked on which projects. Stage I
submittals (provide 3 copies) for short list selection must be received
by the Contracting Officer no later than 2:00 P.M., Monday June 28,
1999, local Fort Worth, TX, time. For identification purposes, all
submittals must clearly indicate the solicitation number and proposal
due date and time on the face of the envelope. Late submittals will be
handled inaccordance with FAR 15.208 (Submission, modification,
revision, and withdrawal of proposals). A presubmittal meeting for
Stage I to discuss project objectives and to answer questions will be
held at 10:00 AM on June 10, 1999 in the Earle Cabell Federal Building/
Courthouse, Room 7A1, 1110 Commerce Street, Dallas, TX. In order to
attend, each design firm must contact Teresa Thompson 817/978-7084 at
least 3 days prior to the meeting for information and reservations
(maximum of three representatives from the Design Team may attend).
Attendance is not mandatory. Minutes will be made available to all
firms attending, as well as those interested but not in attendance.
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 SF 254 and SF 255 for the complete design
team. Interviews will be conducted. At the interview, each key member
of the Design Team shall outline his or her relevant experience
(maximum 5 minutes). A Prospectus Development Study (PDS) defining the
major project requirements and objectives has been prepared. An edited
copy of the PDS for the Repairs & Alteration of the Earle Cabell
Federal Building/Courthouse and the Santa Fe Federal Building, Dallas,
TX will be made available to short listed firms by contacting Howard
Bergman, General Services Administration, at 817/978-4677. 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. This procurement is set-aside for
small business concerns however large business concerns may be
consultants on the design team. During the design phase, the Government
may elect to incorporate the use of a Construction Management firm to
oversee and reviewthe 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 Teresa Thompson at
818/978-7084. Posted 05/21/99 (D-SN334427). (0141) Loren Data Corp. http://www.ld.com (SYN# 0015 19990525\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|