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
|
|
|