Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

C -- DESIGN SERVICES FOR THE RENOVATION OF FEDERAL OFFICE = BUILDING 8

Notice Date
May 24, 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 6, 2001
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, = Fax (202) 708-4964, Email christine.kelly@gsa.gov
Description
To clarify the May 4, 2001 published announcement and extend the = due date, delete the entire announcement published May 4, 2001 and = replace it with following: 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 boundaries = of the GSA NCR consists of the District of Columbia; Montgomery and = Prince Georges Counties in MD; Arlington, Fairfax, Prince William and = Loudoun Counties in VA; and the Cities of Alexandria, Falls Church, and = Fairfax in VA.). 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 CONSTRUCTED 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 CONSTRUCTED in the = last 10 years attributed to each lead designer. Narratives shall = include a discussion of design challenges, resolutions, and 8
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/WPC/GS-11P-01-MKC-0011/listing.html)
Record
Loren Data Corp. 20010529/CSOL002.HTM (D-144 SN50N0R5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com