Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS

C -- RENVOATION AND ALTERATION OF A HISTORIC U.S. COURTHOUSE, TALLAHASSEE, FL

Notice Date
October 6, 2000
Contracting Office
GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550
ZIP Code
30365-2550
Solicitation Number
GS-04P-00-EXC-0035
Response Due
November 6, 2000
Point of Contact
Thomas F. Waller (404) 331-4634
Description
CBD NOTICE FOR THE RENOVATION AND ALTERATION OF A HISTORIC U.S. COURTHOUSE IN TALLAHASSEE, FLORIDA. The Southeast Sunbelt Region of the General Services Administration (GSA), Atlanta, Georgia announces an opportunity for Architectural- Engineering design services for the Renovation and Alteration of the historic U.S. Courthouse in Tallahassee, Florida. The design will be in accordance with the current General Services Administration guidelines, handbooks, applicable codes, and initiatives for "Design Excellence in Public Architecture. GSA intends to contract for complete A-E design service with the A-E design firm as defined below that demonstrate a commitment to excellence while providing a viable team organization that will meet the geographic and other limitations set forth in this announcement. THIS PROCUREMENT IS RESTRICTED AS A SMALL BUSINESS SET-ASIDE in accordance with FAR subpart 19.5. A-E's firms that are small businesses are encouraged to identify sub-contracting opportunities and participation from among qualified 8 (a) firms. The SIC /NAICS codes for this procurement is 8712/54131 respectively. The Solicitation Number for this procurement is GS-04P-00-EXC-0035. AWARD IS CONTINGENT ON THE AVAILABILITY OF FUNDS. The Government's program and objectives are 1) Provide a renovated building that meets the 10 year need of the U.S.Bankruptcy Court, U.S. Trustee, and U.S. Marshals Service, 2) Rehabilitate the historical Courthouse, 3) Replace the electrical, mechanical, fire alarm, and other systems resulting in a more functional and efficient building,4) Reinforce GSA's commitment to the Community to revitalize the downtown business district, and 5) Meet GSA'S goal of providing to its customer's functional space that meets their needs for more efficient and productive workspace. The total Estimated Cost of Construction (ECC)) for this project is estimated between $4,200,000 to $4,322,000 with an occupancy estimated for Mid- to late FY 2003. The building is located at 110 East Park Avenue in downtown Tallahassee, Florida and was constructed in 1935. It is on the National Register of Historic Places. The building consist of 59,976 gross square feet, (5,572) gross square meters with 50 secure outside parking spaces. The following requirements shall apply to all stages in this A-E selection process 1) The A-E design firm, may be a partnership, corporation, association, or joint venture and will have contractual responsibilities for project design and production. 2) The A-E design firm must have an active production office in the states of Florida, Georgia or Alabama within at least 150 miles radius of the center of downtown Tallahassee, Florida that must have been established at least 120 days prior to the date of this announcement. 3) If the A-E design firm is construed as aforementioned entities (partnership, corporation, joint venture, etc), at least one of the associated firms must satisfy the requirement for the production office. 4) The Lead Project Architect is the individual who will have the primary responsibility of making this Renovation and Alteration project a success and must demonstrate extensive experience in the completion of similar renovation projects. This will be a two-stage selection process. STAGE ONE: Will establish a list of the most highly qualified firms demonstrating the Design Excellence capabilities of both the A-E design firm and its Lead Project Architect: The A-E design firm will provide evidence of its capabilities to deliver Design Excellence for historic renovations of Courthouses or similar complex facility. The Lead Architect will demonstrate its design approach and philosophy. If the A-E design firm is one of the aforementioned entities permitted by law to practice as an A-E Firm, it shall briefly describe the proposed working and legal relationships between its components. The A-E design firm will also identify its Lead Project Architect for the project and submit his / her qualifications. Initial Modified Standard Forms 254 and 255 should be submitted by the A-E firms ONLY. (Identification of engineers and other consultants are not required for Stage One.) Selection shall be based upon: 1) Firm's Past Performance on Design (30%). Limit this response to one typed page with three (3) color photos per project for a maximum of five (5 ) projects. Projects must have been completed within the past ten (10) years. 2) Architect,s Philosophy & Design Intent (25%). Limit response to three (3) typed pages. 3) Lead Project Architect Profile (15%). Include information on education, degrees, Professional Registration and identify prior and current responsibilities. 4) Lead Project Architect Portfolio (25%). Demonstrate ability to manage and coordinate complex projects from design through construction through experience on past projects. Limit response to one typed page with three (3) color photos per project for a maximum of five (5) projects. Project must have been completed within the past ten (10) years. 5) Firm's prior Historic Building Renovation Experience (5%). Submit a maximum of one typed page narrative with three (3) color photos per project for a maximum of 3 projects. Projects must have been completed within the past ten (10) years. STAGE TWO: After the GSA's A-E Evaluation Board reviews the Stage One submittals, the Board will select a Short List of A-E firms consisting of a minimum of three firms. Stage Two submittals from the short listed firms will be requested, as outlined below. The short listed firms will be published in the CBD. Interviews will be scheduled and conducted individually for each firm at the GSA Regional Office in Atlanta, GA. The short listed firms will develop their complete project team and submit forms SF254 AND SF255 for the entire project team. It is not necessary to resubmit information submitted during the Stage One process. The Government will announce the submittal detailed evaluation criteria, the date that the submittals are due, and dates for the interviews of the short listed firms. At a minimum, the A-E design team will be required to demonstrate previous experience in and an understanding of Courthouse design and historic building restoration, including major HVAC and electrical replacement. After interviews are completed, firms will be ranked. The highest ranked firm will then be requested by the GSA to submit a Price Proposal based upon the A-E Services a Scope of Work prepared by the GSA. If negotiations are successful, a firm fixed fee contract will then be awarded and Notice to Proceed given. All Submittal materials become the property of the Government and will not be returned. Project Design Work Description: Phase-1: Design for Asbestos & Lead paint Abatement, Interior Demolition, temporary Art Protection, removal of existing HVAC unit roof frame supports. A-E to produce "As-Built" CAD of existing building, develop Concept Design, Design Development (Option) and Construction Documents (Option). Phase-1A: A-E to provide verification inspection after Abatement of Asbestos, Lead Paint, general demolition and Wood Window prep, etc. A-E to update in-progress Construction Documents for all new construction, based on inspection after demolition is complete. Phase-2: (Will begin before Phase 1A is completed) Design of Space Alterations, Grounds and Approaches, Miscellaneous Fire Safety items, Fire rating at front Lobby Historical Stair, Front Lobby Elevator change to hydraulic, design all new Mechanical and Electrical systems in building, design new fire alarm and security systems, design 1st, 2nd, and 3rd Floor sprinkler system, also, Building Exterior cleaning & restoration, repair slate roofing & other roof areas as needed and new chillers, boilers & cooling tower with new screen wall and foundation. Design Storm Water retention system as required. Design new Lightning protection system and new emergency power system. Wood Window Restoration design is also required. A-E must attend meetings and coordinate all design work. All drawings must be in CAD. Project is to be done in Metric Units and to Metric Scale. Reproduction services required. Partnering Services are also required. Potential offerors meeting the geographic limitations, having the design qualifications and possessing the production capabilities to perform the services described herein are invited to respond by submitting the following: 1. A letter of interest no later than October 27, 2000 to the listed address . GENERAL SERVICESADMINISTRATION 401 WEST PEACHTREE STREET, SUITE 2500, ATTENTION: THOMAS F. WALLER, CONTRACTING OFFICER, ATLANTA, GEORGIA 30308-2550. 2. All offerors will submit three (3) copies of the Stage One submittal information at the below listed address no later than 3:00 p.m. on November 6, 2000. GENERAL SERVICES ADMINISTRATION, 401 WEST PEACHTREE STREET, OFFICE OF ENTERPRISE DEVELOPMENT, ROOM 2803, ATTENTION: THOMAS F. WALLER, ATLANTA, GEORGIA 30308. All submittals must clearly indicate the solicitation number GS-O4P-00-EXC-0035 on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10, Late Submissions, Modifications and Withdrawals of Proposal. Point of contact is Thomas F. Waller, Contracting Officer, phone 404.331.4634. AWARD OF THIS CONTRACT IS CONTINGENT UPON FUNDING APPROVAL. THIS IS NOT A REQUEST FOR FEE PROPOSAL.
Record
Loren Data Corp. 20001011/CSOL003.HTM (W-280 SN5038H5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 6, 2000 by Loren Data Corp. -- info@ld.com