|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,2000 PSA#2570General Services Administration, Public Buildings Service (PBS),
Maryland North Service Delivery Team (WPH), 7th & D Streets, S.W.,
Washington, DC, 20001 C -- NOAA SATELLITE CONTROL AND ENVIRONMENTAL PREDICTION CENTER SOL
GS11P00YQC0082 DUE 050100 POC Vincent Matner, Contracting Officer,
Phone (202) 219-2457, Fax (202) 219-2371, Email vince.matner@gsa.gov
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS11P00YQC008
2&LocID=248. E-MAIL: Vincent Matner, vince.matner@gsa.gov. This is an
opportunity for Design Excellence in Public Architecture. The General
Services Administration (GSA) is seeking Architect -- Engineer (A-E)
services for the design of a new NOAA satellite control and
environmental prediction center in Suitland, Maryland. The building is
to be located on the Suitland Federal Center at the intersection of
Suitland Road and Silver Hill Road, Suitland, Maryland. The proposed
facility is to be approximately 208,271 gross square feet excluding
parking and approximately 383,271 gross square feet including parking.
The estimated total construction cost ranges between $45 and $55
million with estimated construction duration of 18 months. The design
will include, but not be limited to, fiber optic cable network
distribution to desktops, state-of-the-art data and telephone
communication systems, flexible/reconfigurable spaces, dedicated
computer circuits and stabilized power with power distribution units,
Uninterruptible Power System with standby generators,
buildingautomation system, and the standard architectural, civil,
structural, mechanical, electrical, fire/life safety, plumbing, HVAC,
electrical, and compliance with the Americans with Disabilities Act
(ADA). The office space and computer centers will require a
floor-to-floor height of 15 feet and raised flooring. The Command and
Control Center requires a floor-to-roof height of 30 feet, raised
flooring and high bay mechanical plenum heights. Due to the critical
nature of the facility and the fact that this is the only Satellite
Command and Control Center of its kind for NOAA, the facility must have
a 24 hour, seven day per week operational capability, and therefore
will have redundant electrical, mechanical, and plumbing systems. A
structured parking garage with 500 spaces also will be built at the
Suitland Federal Center for NOAA. The Scope of A-E services under this
proposed Firm Fixed Price Contract may include, but not be limited to
the following: predesign programming, code review, presentations to
NOAA, energy conservation analysis, development of tenant housing
plans, complete architectural and engineering design, specifications,
and CADD drawings for construction documents, value engineering, cost
estimating, space planning, interior design, post construction contract
services (PCCS), record drawings, construction phasing, and other
related services. The following disciplines and/or consultants will
most probably be required: Architectural, Civil, Structural,
Mechanical, Electrical, Geotechnical, Interior Design, Food Service,
Space Planning, Fire Protection and Life Safety, Security,
Communications, Lighting, Acoustics, Cost Estimating, Elevators,
Roofing, and Landscaping. All services will be procured through the
issuance of a contract that will include all elements of work that are
envisioned to be funded. The construction contract is envisioned to be
procured through a normal invitation to bid process. The A-E selection
will be completed in accordance with FAR Subpart 36.6, as follows: The
A-E firm as used in this solicitation may be a partnership,
corporation, association or other entity that will have contractual
responsibility for the project design. Consideration for the contract
will be nationwide. The government will not, however, allow payment for
travel, living expenses, computer-time or hookups for the prime or the
consultants. The A-E selection will be completed in two stages as
follows: STAGE I: The first stage will establish the Design Excellence
capabilities of the A-E design firm and its Lead Designer. The _Lead
Designer_ is the individual or design studio who will have the primary
responsibility to conceive the design concepts for this NOAA facility.
Qualifications submitted by each firm will be reviewed and evaluated
based on the following criteria: I. PHILOSOPHY AND DESIGN INTENT (25%):
In the Lead Designer_s words, (maximum of two single sided typewritten
8-1/2_ x 11_ pages) state your overall design philosophy, general
approach to design problem solving, understanding of current design
issues, and approaches and solutions applicable to this project. This
shall include the parameters of design that apply to this project, and
the philosophy of creating state-of-the-art office buildings and
office building complexes with significant information management
systems that interact with the fabric of a state-of-the-art expanding
campus. II. LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio
representative of the Lead Designer_s ability to provide design
excellence. Submit graphics (maximum of three single sided 8-1/2_ x 11_
pages per project) and a typewritten description (maximum of two single
sided 8-1/2_ x 11_ pages per project) of not more than three new
construction projects completed within the last ten years attributed to
the Lead Designer. Narratives shall include a discussion of design
challenges and resolutions. III. PAST PERFORMANCE ON DESIGN (35%): The
A-E design firm will submit graphics (maximum of three single sided
8-1/2_ x 11_ pages per project) and a typewritten description (maximum
oftwo single sided 8-1/2_ x 11_ pages per project) of not more than
five (5) new construction projects completed within the last ten years.
The narrative shall address the design philosophy with salient features
for each project (include tangible evidence where possible, i.e.
certificates, awards, peer recognition, etc., demonstrating design
excellence) and discuss how the client_s program, functional, image,
mission, economic, schedule, and operational objectives were satisfied
by the overall planning/design solution. IV. LEAD DESIGNER PROFILE
(15%): Submit a profile of the Lead Designer covering education,
professional experience, and accomplishments (maximum of one single
sided 812_ x 11_ page). Provide the names and phone numbers of client
references that can be contacted to verify performance on projects
identified in criteria II and III above. Stage I selection will be
based on the above four criteria. STAGE II. In this stage, the project
team, which will now include all of the consultants who will work on
the project, will be evaluated. The short listed A-E design firms will
resubmit Standard Forms 254 and 255 which reflect the entire project
team. The Government will establish the criteria and the date these
submittals are due, and provide the selection criteria for the
interviews and final selection. The short listed firms will be
announced in the EPS and CBD. For Stage I, A-E design firms having the
capabilities to perform the services described in this announcement
are invited to respond by submitting a completed SF 254 which must be
dated not more than six (6) months prior to the date of this synopsis,
and an SF 255 along with a letter of interest to: Vincent E. Matner,
P.E., Contracting Officer, General Services Administration, National
Capital Region, ROB Bid Room 1065, 7th & D Streets, SW, Washington, DC,
20407 by 3:00 PM local time on the due date of this notice. The
following information shall be on the outside of the sealed envelope:
1) Solicitation Number/Title, 2) Due Date, 3) Closing Time.Late
responses are subject to FAR Provision 52.214.7. In Block 8 of the
SF-254 specify only current W-2 payroll (non-contract) personnel of the
A-E design firm. Complete the SF 255 as follows: On page 3, complete
items 1 through 4, inclusive. Do not respond to item 5. On pages 4-10
inclusive, no response is required. On page 11, under item 10, respond
to the Stage I evaluation criteria stated in this CBD announcement.
And in block 11, sign, name, title, and date the submittal. This
procurement is open to small and large business concerns. Before award
of the contract, the A-E design firm (if not a small Business of
$2,500,000 gross average over three years) shall be required to present
an acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507. Small, small
disadvantaged, and women-owned small business firms are strongly
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses. All interested large business
firms are reminded that the successful firm will be expected to place
subcontracts to the maximum practical extent with small, small
disadvantaged, and women-owned small business firms as part of their
original submitted teams. This contract is being procured under the
Brooks Act and FAR 36. This is not a Request for Proposal. Posted
03/30/00 (D-SN439637). (0090) Loren Data Corp. http://www.ld.com (SYN# 0023 20000403\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|