Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,2000 PSA#2658

GSA, PBS, Property Development (5PC), 230 South Dearborn Street, Room 3516, Chicago, IL 60604-1696

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE RENOVATION OF THE F.B. AND U.S. COURTHOUSE IN MILWAUKEE, WISCONSIN SOL GS05P00GBC0043 DUE 090500 POC Lisa Gonzalez (312) 886-4106, Laura Beebe (312) 886-3310, or facsimile (312) 353-9186 E-MAIL: Lisa Gonzalez, lisa.gonzalez@gsa.gov. The General Services Administration (GSA) announces an opportunity for Design Excellence in Architecture, Mechanical and Electrical Engineering. Architect/Engineering (A/E) Design Services are required for a Mechanical/Electrical retrofit project in the Federal Building and U.S. Courthouse at 517 East Wisconsin in Milwaukee, Wisconsin. The five/eight-story building was completed in 1899 with additions built between 1932 and 1941. The building has 500,247 gross square feet and houses 702 employees. The estimated total construction cost for the project is $9,300,000, which breaks down as follows: Elevator design/build contract, $3,000,000; VAV Conversion, $1,000,000; Sidewalk vault/emergency generator, $1,000,000; Electrical/Plumbing/Data Upgrades, $2,000,000; EMS/direct digital controls, $2,000,000; Window Repairs, $300,000. Mechanical/Electrical Engineering requirements and their implementation form a majority of the total scope. The Project Scope consists of elevator replacement, heating, ventilation and air conditioning modification, sidewalk vault and sidewalk repairs, installation of an emergency generator, new energy management system and direct digital controls, window refurbishment in the historic North building and upgrades to the electrical, plumbing and data systems. The Scope of Architect/Engineer Services required under this proposed contract may include, but is not limited to, the following: complete design services including the preparation of construction contract drawings, specifications and cost estimates; site investigations; studies; interior design; shop drawing reviews; construction inspection services and other required supplemental services if so requested by the Government. The work will involve several design disciplines including architectural, structural, mechanical, electrical and fire protection. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural, Mechanical, and Electrical Engineering capabilities of the A/E Design Firm(s) and their Key Designer(s). The term "A/E Design Firm" includes Architectural, Mechanical and Electrical Designers. In the first stage, a minimum of three (3) A/E Design Firms will be selected for continuation into the second phase. The short list will be based on the A/E Design Firm's submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence within a Historic Building and will express its design approach and philosophy. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (30%): The A/E Design Firm shall submit 8" X 10" graphics (maximum of three per project) and a written description (maximum of one page per project) of projects completed within the past ten years. Submit NO MORE THAN five (5) relevant projects in accordance with the following project types: Two (2) projects shall demonstrate electrical and mechanical engineering renovation accomplishments in occupied office space. One (1) of the projects shall demonstrate a project completed in an historic building. The firms responding shall clearly demonstrate competence in mechanical and electrical engineering accomplishments. The narrative shall address the design approach and salient features for each project (including evidence where possible, for example, certificates, awards, peer recognition, etc. demonstrating design excellence) and discuss how the historic preservation and design constraints were satisfied by the design solution. (2) LEAD DESIGNERS' PORTFOLIO (30%): The Lead Designers' (architectural, mechanical and electrical engineering) shall submit 8" X 10" graphics (maximum of three per project) and a written description (maximum of one page per project) of two (2) relevant projects each (total six) completed within the last 10 years directly attributable to the Lead Designers. Narrative shall include a discussion of design challenges and resolutions for both architectural and engineering disciplines. (3) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer's words (maximum of two written pages for each architectural, mechanical and electrical engineering disciplines), state his/her overall design philosophy, approach to the challenge of resolving historic preservation issues and parameters that may apply specifically to the modernization of historic buildings while focusing on coordinating complex multiphase construction in occupied office space. (4) LEAD DESIGNERS' PROFILE (15%): Submit a biographical sketch including education, professional experience and recognition for design efforts inclusive of examples of similar projects for each Lead Designer (architectural, mechanical and electrical engineering). Identify and describe areas of responsibility and commitment to this project. STAGE II: Following short listing, the successful offerors shall submit Standard Forms 254 and 255, which reflect the entire project team. Continuity of key personnel for the duration of the project will be essential. It is not necessary to resubmit information submitted in Stage I. GSA will establish the date these submittals are due and will provide the new selection criteria for the interviews and final selection process. Sufficient time will be provided for the A/E design firm to establish the project team. An interview with each project team will be included in this stage. At this stage, offerors must demonstrate capability to perform 35% of the design effort within the designated geographical area, which is the State of Wisconsin. SMALL BUSINESS: The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. This solicitation is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. Although this procurement is open to large business, small and minority owned A/E firms are strongly encouraged to participate. In accordance with Public Law 95-507, the Design Firm will be required to provide the maximum practicable opportunities for small business concerns, women-owned small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. The use of subcontractors/consultants shown on the submitted SF 254's and 255's will be reflected in a Small and Small Disadvantaged Business Subcontracting plan included in the contract. The detailed plan is not required to be submitted with the SF 255, but must be prepared prior to award. However, this requirement should be taken into consideration when assembling the teams for the SF 255. The minimum acceptable subcontracting target goals for this project will be determined by each individual firm. Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the highest subcontracting goals possible for small business, HUBZone small business, small disadvantaged business and women-owned small business concerns. Small business criteria for each category is based on the contractor's average annual receipts for the preceding three (3) years. The Standard Industrial Code (SIC) for this project is 8712. Small, disadvantaged businesses must be pre-certified by the Small Business Administration (SBA) in order to be considered for evaluation as such under the new federal regulations. Contact your local SBA office for further information. These goals will be reviewed and approved by GSA and SBA prior to award of the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small business, HUBZone small business, small disadvantaged business and women-owned small business concerns. The narrative shall not exceed one written page and should be included in item 10 of the standard form 255. An acceptable subcontracting plan must be agreed to before contract award. Small businesses are not subject to this requirement. HOW TO OFFER: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting the information requested in the four evaluation criteria, for Stage I only (do not submit 254/255 until Stage 2), included herein with a letter of interest identifying this announcement by solicitation number no later than September 05, 2000 by 2:00 p.m. (CST). The information is to be submitted to the attention of Lisa M. Gonzalez at GSA, PBS, Property Development (5PCO), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1696. The following information must be on the outside of each submittal package: (1) Solicitation No. and Title, (2) Due date and (3) Closing time. Late responses are subject to FAR provision 52.215.10. Each 255 submitted must make the following certification as the last entry in Block 10: "I hereby certify the firm (or joint firm) and consultants listed for this project meet the geographic locations stated in the CBD announcement for this solicitation." A follow-up listing of firms to be interviewed will appear in this publication. All other A/E firms and consultants interested in participating in the design team should submit a one page letter of interest only, which will be forwarded to the short-listed firms. 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. Posted 08/03/00 (W-SN481886). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000807\C-0005.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on August 3, 2000 by Loren Data Corp. -- info@ld.com