COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
C -- DESIGN SERVICES FOR THE RENOVATION OF FEDERAL OFFICE BUILDING 8
- Notice Date
- May 2, 2001
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Portfolio Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS-11P-01-MKC-0011
- Response Due
- June 4, 2001
- Point of Contact
- Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 708-4964, Email christine.kelly@gsa.gov -- Chrischanda Smith, Contract Specialist, Phone (202) 708-7993, Fax (202) 708-4964, Email
- E-Mail Address
- Christine Kelly (christine.kelly@gsa.gov)
- Description
- The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural Engineering (A/E) Design Services for the full renovation of Federal Office Building (FOB) 8 to a modern class A office building in accordance with GSA quality standards and requirements. The existing facility was designed by Naramore, Bain, Brady and Johanson Architects & Engineers, Seattle, WA and dedicated in 1961. The building is located at the intersection of 2nd and C Streets, SW, Washington, DC, and has approximately 49,039 gross square meters, while containing 28,279 usable square meters. The facility was designed to house laboratories for the Food and Drug Administration and has a seven story cast-in-place joist/slab framing system with limestone exterior facade. The structure consists of eight levels: sub-basement, basement, first (main entry) level, and upper levels two through six. All levels comprised of 5,673 gross square meters. The basement level has a 2,558 gross square meters underground parking garage adjacent to and outside the main building. The unique aspects of the architecture of this period should be considered. The design will not involve preserving a historical building. The complete renovation is scheduled for August 2004. The Estimated Construction Cost range is between $68 million and $70 million. The facility renovation will be designed in metric units. A hazardous material mitigation and disposal design/program will be part of the services. The scope of A/E Services, under this proposed Firm Fixed Price Contract, will require at a minimum, the performance of the following activities: field inspections and surveys, studies, metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting, and post construction contract services. The design services will provide for a renovation that includes renovating the facility to comply with current life/safety codes, including complete renovation of the total infrastructure, interior spaces, and exterior facade. This includes building control systems, HVAC systems, plumbing, electrical power and lighting, security, telecommunications, fire suppression/alarm systems, toilet facilities, asbestos and lead abatement, tenant buildout, exterior improvements, and sustainable features. The renovated building will comply with standards for Government secured facilities, sustainable design requirements, environmental, energy conservation, ADA, etc. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designers are the individuals or design studio that will have primary responsibility for the design of the architecture and systems engineering. The A/E firm must address the contractual relationship with the Lead Designers and its ability to manage the design and production of construction documents. In developing the project team, the A/E firms are advised that at least 35% of the level of contract effort must be performed in the National Capital Region. The Government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. The A/E selection will be completed in two stages. STAGE I: Interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E firm and its Lead Designers. All documentation will be in an 8 1/2_ x 11_ format. The portfolio should include the following: (1) a cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and, (2) noteworthy accomplishments; and modified Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of all consultants is not required at this stage. Submission requirements and evaluation criteria for STAGE I: (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than seven renovation designs completed in the last ten years. At least two projects shall demonstrate state-of-the-art building control systems, environmental, electrical, and mechanical engineering accomplishments. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project and discuss how the client_s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. (2) Philosophy and Design Intent (25%): In the Lead Designer_s words, (maximum of two typewritten pages for each architectural, electrical and mechanical engineering discipline) state his/her overall design philosophy and approach to the challenge of resolving design issues, and parameters that apply specifically to the modernization of a building with the focus on the unique aspects of installing state-of-the-art systems in an existing facility. (3) Lead Designers (Architectural/Electrical/Mechanical) Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to this project. (4) Lead Designers (Architectural/Electrical/Mechanical) Portfolio (25%): Submit a portfolio representative of the Lead Designer_s ability to provide Design Excellence. Submit a typewritten description (maximum of one page per project) of not more than three (3) designs completed in the last 10 years attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions, and 8"x10" graphics (maximum of three per project) that show the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating Design Excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. An A/E Evaluation Board consisting of private-sector peers and GSA professionals will evaluate the submissions. The Board will establish a short-list of three to six firms. STAGE II: The short-listed firms will be notified and asked to submit more detailed information on each member of the design team including all outside consultants. In this STAGE, the entire project TEAM, including the "A/E Design Firms" selected in STAGE I, the designated lead designers, and ALL the consultants who will work on the project will be evaluated. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with the STAGE I short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designers to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. The STAGE II evaluations will culminate with an interview with the A/E Evaluation Board. STAGE II rankings will be used in conjunction with STAGE I rankings to determine the final selection. For STAGE I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a SF-254 (for the _A/E Design Firm_), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (for the _A/E Design Firm_) along with letter a of interest TO: General Services Administration, National Capital Region, 7th and D Streets, SW, BID ROOM 1065, Washington, DC 20407, by 3:00 PM local time on the DUE date of this notice. The following information MUST 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 each firm. In Block 10 of the SF-255, the A/E Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the CBD announcement for this STAGE I Solicitation. In Block 11 of the SF-255, the A/E Design Firm MUST sign name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $4,000,000 gross average over three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with FAR 19.7. Small, small disadvantaged, HUBzone and women-owned 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 and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and FAR Part 36 pending availability of funds. This is not a Request for Proposal.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=GS-11P-01-MKC-0011&L=3168)
- Record
- Loren Data Corp. 20010504/CSOL001.HTM (D-122 SN50K990)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|