Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23, 2001 PSA #2962
SOLICITATIONS

C -- A&E DESIGN SERVICES FOR A NEW PORT OF ENTRY, RAYMOND, MT

Notice Date
October 19, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
ZIP Code
80225
Solicitation Number
GS-08P-02-JFC-0001
Response Due
November 20, 2001
Point of Contact
Lynda Sena, Contracting Officer, Phone (303) 236-7070 x272, Fax (303) 236-3606, Email lynda.sena@gsa.gov -- Lynda Sena, Contracting Officer, Phone (303) 236-7070 x272, Fax (303) 236-3606, Email lynda.sena@gsa.gov
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a new U.S. Port of Entry, in Raymond, Montana, in accordance with General Services Administration (GSA) quality standards and requirements. The building is approximately 30,033 gross square feet, including 50 parking spaces, at a proposed site located in Raymond, Montana, Sheridan County in the northeast corner of the state. GSA Rocky Mountain Region, Solicitation No. GS-08P-02-JFC-0001. The Estimated Construction Cost range is $5 million to $7.5 million. The facility will be designed in metric units. The scope of work will require at a minimum: metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and optional post construction contract services (PCCS) for the design of a new U.S. Port of Entry that includes the construction of a new building and related systems, parking area, extensive site development, client program requirements and sustainable features. This building is also to include the GSA design standards for secure facilities. The A/E fee for design services shall be within the 6% statutory limitation based on the government construction estimate at the time of negotiation. The work under this contract includes all design, labor, travel, other direct costs, and mark-ups necessary to deliver a complete functional Port of Entry border facility. The A/E firm shall be, or be capable of becoming, professionally licensed in the State of Montana. The following disciplines and/or consultants are required: Architectural, Civil, Structural, Mechanical, Electrical, Fire Protection, Landscape and Cost Estimating. The building must comply with Federal Inspection Agency security standards. It will be constructed on approximately 4.19 hectares (10.39 acres) of land, using the site of the existing facilities. Tenants for this facility will be: U.S. Customs, Immigration and Naturalization Service, Border Patrol and U.S. Department of Agriculture. The project includes an estimated building area of 2,844 square meters (30,033 gsf) and 1.6 hectares (4 acres) of site work such as paving and utilities. Facilities include a Main Port Building, two primary inspection lanes and booths for non-commercial traffic, one inspection lane and booth for commercial traffic, secondary inspection area, an outbound inspection area (booth, canopy, parking and maneuvering), agency vehicle garage, firing range building, maintenance building, impound area, and parking for approximately 50 vehicles. Occupancy is planned for sometime in October 2004. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Architectural Designer(s) and A/E Firms/ Lead Civil Engineer(s) interested in contracting to perform this work. The A/E firm as used in this RFQ shall be a Small Business and is: an association, a joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Architectural Designer is the individual or design studio that will have primary responsibility to conceive the architectural design concept and the building's architecture. The A/E Firm must address the contractual relationship with the Lead Architectural Designer and its ability to manage the design and production of construction. The Lead Civil Engineer is the individual or engineering studio that will have primary responsibility to conceive the civil engineering design. The A/E Firm must address the contractual relationship with the Lead Civil Engineer and its ability to manage the design and production of construction. In developing the project team, the A/E Firms are advised that at least 35% of the level of contract effort must be performed within the State of Montana or North Dakota. The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Architectural Designer and of the A/E firm and Lead Civil Engineer. All documentation will be in an 8 1/2" x 11" format. No faxed or electronic copies will be accepted. The portfolio should include the following: a cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and any other information requested below. =20 Submission requirements and evaluation criteria: (Please note that submissions for BOTH the Lead Architectural Designer and the Lead Civil Engineer shall be submitted for each of the following four criteria.) (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five past construction projects completed in the last ten years. 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. Demonstrate through past projects your firm?s familiarity with construction in rural/remote locations where materials are limited and/or difficult to obtain. For the Lead Civil Engineer only, demonstrate through past projects your firm?s experience or familiarity with semi-truck and car traffic control. 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. The government reserves the right to contact other references available from internal or public sources. A portion of one page presented for each project must include a representative floor plan and site plan. (2) Philosophy and Design Intent (25%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the-art federal port-of-entry and how it can relate to a rural natural environment. (3) Lead Designer Profile (15%): The Lead Designer shall 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 each project. (4) Lead Designer Portfolio (25%): The Lead Designer shall submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy 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. 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 representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of a minimum of three firms. For Stage II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. 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 Designer to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to 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 the information requested above to: General Services Administration, PBS, 8PF, Attn: Lynda F. Sena, Contracting Officer, Bldg. 41, Room 252, Denver, CO 80225, by 3:00 local time on November 20, 2001. 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 52.215-1, Instructions to Offerors -- Competitive Acquisition (1/2001). Discussions may or may not be held, therefore all RFQ's shall be complete, signed and dated to be considered for review. This procurement is being issued pursuant to the Small Business Competitiveness Program (FAR 52.219-19). This is a Small Business Set-Aside. The NAICS Code is 541310. The Size Standard is $4.0 Million per year, based upon the average of the past three years fee revenue. Prior to award of the contract, the A/E may be required to present an acceptable Small Business certification if necessary through the Small Business Administration. Small disadvantaged and small women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other businesses. This contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Proposal.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/8PF/GS-08P-02-JFC-0001/listing.html)
Record
Loren Data Corp. 20011023/CSOL001.HTM (D-292 SN511164)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 19, 2001 by Loren Data Corp. -- info@ld.com