Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

General 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