COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2001 PSA #2936
SOLICITATIONS
C -- INTERIOR DESIGN SERVICES
- Notice Date
- September 12, 2001
- Contracting Office
- U.S. Securities & Exchange Commission, Procurement And Contracts Branch, Mail Stop O-20, 6432 General Green Way, Alexandria, Virginia 22312
- ZIP Code
- 22312
- Solicitation Number
- SECHQl-01-R-0016
- Response Due
- September 19, 2001
- Point of Contact
- Arza Gardner, Contract Specialist (202) 942-4997.
- Description
- MODIFIED DESCRIPTION: This procurement will be handled in two stages. In the first stage, the SEC will review the information requested in submission requirements below and select approximately 5 or more best qualified offerors to continue on to stage two. The best- qualified offerors will be selected based on technical factors of corporate experience/past performance, key personnel qualifications, and capacity. Price will also be considered during stage one. In the second stage, the best-qualified offerors from stage one will be invited to participate in a 1-hour presentation to the SEC describing their qualifications, services, etc. The best-qualified offerors will be provided a package of information and materials concerning the SEC's requirements prior to presentations. This is a time sensitive procurement, therefore, any incomplete or untimely offers shall not be considered for award. The SEC reserves the right to make an award without discussions. Award will be made on a best value basis. The SEC anticipates awarding this contract in early October 2001. Background: The SEC is an independent regulatory agency with statutory responsibility to oversee and regulate the nation's security markets and participants. The SEC awarded a new lease for 650,000 rentable square feet to the Louis Dreyfus Property Group (Dreyfus) for a site adjacent to Union Station in Washington, D.C. known as Station Place. The building will consist of 10 floors with: approximately 68,000 rentable square foot floor plates on floors 1- 8; approximately 31,000 rentable square foot floor plates on floors 9 -- 10; and 4 core areas per floor. The building will be Class A government space with consideration of elements for a Department of Justice Class IV security rating. The interior space shall be designed mainly in a closed plan/heavy office format and may contain the following special areas: Sloped floor auditorium (approx. 10,000 square feet); Library (approx. 7,000 square feet); Computer room (approx. 6,000 square feet); Fitness center (approx. 5,000 square feet); Multimedia rooms (2 rooms at approx. 500 square feet each); Conference rooms (multiple rooms at approx. 400 square feet each); Closed Conference room (approx. 2,250 square feet); and Hearing rooms (2 rooms at approx. 1,200 square feet each). Scope: The SEC requires a contractor to provide interior design services for its tenant improvements in this space. The contractor shall provide architectural and engineering services to assist the SEC in the interior design of the new headquarters. The SEC will have the right to review and approve any subcontractors, including engineering subcontractors. The contractor shall comply with all applicable Federal procurement laws and regulations in performing the work and shall possess all required licenses to perform the required services under this contract in the District of Columbia. The contractor shall possess knowledge of all permitting required to build out said SEC tenant lease space at Station Place. Required permitting includes, but may not be limited to: Building, Fire Protection, Mechanical and Use & Occupancy. The SEC is interested in contractors with knowledge of the latest available materials and equipment for tenant improvement use, especially items that are more efficient. The SEC desires the flexibility to design its space such that open and closed plans may be used interchangeably. The SEC's space will need to be designed such that high security may be maintained while the public may have access to all designated public areas. The selected contractor shall specify, in the construction design specifications, use of the maximum practical amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. The contractor shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. The selected contractor must have reasonable resources to perform the work and be able to provide all architectural and engineering services applicable to a project of this size and magnitude including services outside of interior design. The SEC shall have final approval of all interior designs and tenant improvements for its space. This is not a design-build contract or project. Examples of services to be included in the fixed-price r.s.f. rate, but are not all inclusive are: 1) Interior design services for 650,000 rentable square feet of space in Washington, D.C. to be occupied by December 31, 2003. The designed layout shall maximize efficiency and satisfy all of the agency's space requirements. The contractor shall also produce interior design intent drawings and final working construction drawings for the designed space. All architectural drawings shall be computer generated. The contractor may be required to provide including, but not limited to: general notes; specifications; schedules; dimensioned partition & construction plans; reflected ceiling plans; electrical, telephone, and data outlet plans; finish plans; engineering drawings; and construction and millwork details. 2) Reviewing weekly with SEC staff design progress and other information at a location chosen by the SEC. The contractor would be required to attend meetings with Dreyfus representatives and the SEC to determine the exact scope of work. 3) Meeting with individual offices and divisions to assist in planning their space, answer any questions they may have, and review and make recommendations on their space designs. There are approximately 25 offices and divisions that will require this assistance. The contractor would be required to produce draft floor plans on paper and on disk as requested and complete sets of as-built floor plans after tenant occupancy or completion of all alterations. Hardcopies showing different sections of floors shall be provided for individual divisions showing only that division's space. The number of revisions to a division's floor plan section will be based on the thoroughness of the programming. The contractor shall establish a schedule for meeting with individual divisions and shall meet all of the agreed milestones on it. 4) Preparing drawings (electrical, mechanical, plumbing, fire protection, etc.) for acquiring permits and for subcontractor bidding purposes. Obtain all permits and approvals (building, architectural, construction, occupancy, etc.) in a timely manner. A permit expediter should be used when submitting drawings or requesting permits in order to have the fastest turn around time. 5) During tenant improvement construction, the contractor shall perform construction administration which includes, but is not limited to, checking for accuracy, monitoring construction schedule progress, ensuring compliance with federal and local building codes, and verifying that the requirements of the lease and the SEC approved drawings are being met. Any architectural/engineering problems or variances from approved plans will be reported to the SEC immediately. Services that may be ordered under an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Line Item (CLIN) are: 1) Serving as the SEC's technical representative during base building planning, construction, and throughout the project and becoming knowledgeable of the SEC's space requirements, lease provisions, and mission objectives as they relate to space planning. Such knowledge shall be gained by meeting with SEC staff, studying the lease provisions and other documents provided by the SEC, and by meeting with Dreyfus. Additional knowledge shall be obtained, by the selected contractor, by surveying the site and obtaining base building construction documents from Dreyfus. 2) Assisting the SEC with selection of a general tenant improvement contractor and monitoring of tenant construction. The contractor would be required to conduct construction administration for the interior design construction of tenant improvements. The contractor would also be required to become familiar with the job site and the logistics of scheduling and construction prior to tenant improvement construction commencing. 3) Providing assistance with all facets of tenant improvements including, but not limited to, material and finish selections, functional efficiency of space and materials, and cost control. For example, preliminary choices of materials made by the contractor and color selection boards will be submitted to the SEC for approval. Long lead items will be identified to the SEC in a timely manner. 4) Providing other professional services that may be required including, but not limited to: studies, investigationstests, evaluations, consultations, comprehensive planning, conceptual designs, plans and specifications, statements of work, value engineering, construction phase services, soils engineering, drawing/submittal review, and inspections. Mandatory Minimum Requirement: 1) Offerors must have an office in the Washington D.C. metro area, and 2) Offerors must be fully operational within 30 days of award to work on this project and have proposed principals available for technical consulting upon award. Evaluation Criteria: The following evaluation criteria for stage one are listed in descending order of importance: Corporate Experience/Past Performance -- - Offerors are required to submit a description of recent projects that are similar in magnitude and complexity to the SEC's requirements, with clients for which team members provided a significant technical contribution. Provide a client reference contact for each contract, include name, title, address, phone and fax number. The SEC will evaluate the Offeror's reputation for, including but not limited to: familiarity with government projects, ability to complete work in Washington, D.C.; experience with space similar in scope and size to the SEC's space needs; conforming to contract requirements and standards of good workmanship; accurately estimating and controlling costs; innovation in design that leads to higher quality or lower cost solutions; adhering to contract schedules; commitment to customer satisfaction and demonstration of reasonable and cooperative behavior, and businesslike concern for the interest of its customers; and monitoring construction. Key Personnel Qualifications -- - Offerors are required to submit resumes for all firm key personnel and subcontractor or consultant personnel, if any, who will be dedicated and assigned to perform the work. Resumes should address their education, general experience (including, but not limited to, experience with government or comparable office space applications and construction supervision), knowledge, skills, certifications, licenses, awards or other professional recognition, and other qualifications. Resumes shall also contain references who can verify their recent relevant experience. SF 255 may be used to identify key personnel and their qualifications, as long as the information requested above is also included. Capacity -- - Offerors are required to submit an organizational chart with the following information: principal point of contact, project manager, team leaders, the name of each design team member, all team member assignments, and the name of at least alternate for each key person. Offerors shall summarize their ability to perform the scale of work requested with proposed resources. Price: A comparative analysis will be done to determine that the proposed prices are fair and reasonable. Provide a separate price proposal package from the technical proposal package. Narratives addressing offeror corporate experience/past performance and capacity shall be limited to no more than ten (10) typewritten pages in 12 point type face. Contract Type: This is a Firm Fixed Price contract. Orders issued under the IDIQ CLIN will include the Firm Fixed fully burdened hourly rates for three option years. The estimated minimum for each option year is 50 man-hours and the estimated maximum is 3,000 man-hours. Below is a list of services that may be required (indicate what your normal service charges and general fees are for each): 1. Architectural design fees per rentable square foot to produce design intent drawings and construction drawings for 650,000 rentable square feet (See above services that will be required, items 1 through 4). Include: Design Intent Drawings (rate per r.s.f)m _______________2. Construction Drawings (rate per r.s.f)_______________3. Engineering design fees per rentable square foot to produce mechanical drawings and construction drawings for 650,000 rentable square feet (See above services that will be required, items 1 through 4). 4.Construction Drawings (rate per r.s.f)_______________. Please list the fully burdened hourly rates of each labor category (example: Principal $xx.xx per hour), proposed for the IDIQ CLINS. Submission Requirements: Offerors interested in being considered for the interior design and related work specified in this CBD notice for the SEC's new headquarters facility, must submit a copy of a current and accurate SF 254 (Architect Engineer and Related Services Questionnaire) and SF 255 (Architect Engineer and Related Services Questionnaire for Specific Project), and any supplemental data responsive to the technical evaluation criteria set forth in this announcement on or before close of business (5:00 pm eastern standard time) on September 19, 2001. Failure to respond in a timely manner will eliminate your firm from further consideration. Responses that do not address all of the requested information will not receive further consideration. This procurement is critical to the SEC's headquarters lease and requests for time extensions will not be granted. All responses to this notice must be submitted in writing to the U.S. Securities and Exchange Commission, Operations Center, Procurement and Contracts Branch, MS 0-20, Room 1300, 6432 General Green Way, Alexandria, VA 22312, Attn: Arza E. Gardner (one original and five copies must be included) or by e-mail to gardnera@sec.gov/.
- Record
- Loren Data Corp. 20010914/CSOL007.HTM (W-255 SN50X411)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on September 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|