Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOURCES SOUGHT

C -- New US Land Port of Entry, Massena, N.Y.

Notice Date
4/30/2002
 
Notice Type
Sources Sought
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS02P02DTC0020N
 
Response Due
6/20/2002
 
Archive Date
7/5/2002
 
Point of Contact
Gayle Schuster, Contract Specialist, Phone (212) 264-2825, Fax (212) 264-0588, - Joan Betts, Contract Specialist, Phone (212) 264-9486, Fax (212) 264-0588,
 
E-Mail Address
gayle.schuster@gsa.gov, joan.betts@gsa.gov
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for the New US Land Port of Entry (Port) at Massena, NY, in accordance with GSA quality standards and requirements. GSA Northeast and Caribbean Region, Solicitation No. GS-02P-02-DTC-0020(N). This project consists of the demolition and replacement of the existing US Border Station (Port) at Massena, NY with a new Port facility. This project will have a principal emphasis on site development, new construction, and infrastructure improvements. As a gateway to the United States, the Port must efficiently process traffic demands and operational requirements, while maintaining adequate safety for the staff and security of the border. An appropriate Port design must holistically unify all program components into a distinguished and businesslike image reflecting the official status and serious law enforcement functions of the Port. The new Port, over existing and newly acquired land, consists of the construction of new commercial vehicle queuing, parking, and inspection areas. Additionally, the project includes, but is not limited to, the following: construction of a new secondary inspection warehouse and office buildings for commercial cargo; new export control building with inspection booths; infrastructure for private broker offices; new construction of the main administration building including offices above the primary passenger vehicle inspection booths; primary and secondary inspection plazas, and warehouse / garage facilities; demolition of existing structures and site features; temporary facilities to accommodate uninterrupted facility operations; extensive site work; and security enhancements. The gross area of all existing buildings is approximately 1,402 m2. The new expanded facility will contain a gross area of approximately 3,145 m2, and 80 outside parking spaces. The estimated total cost of the expanded facility ranges between $13,000,000 and $14,500,000. The Design responsibilities will include, but are not limited to, program requirements, site development, transportation engineering, infrastructure improvements, demolition, civil, structural, interior construction, plumbing, HVAC, vertical transportation, fire protection, electrical system, lighting and power, sustainable features, and special systems (emergency generator, UPS, security, surveillance, communication and data system, energy management system). The project is to include GSA design standards for secure facilities, as well as, specific tenant-agency security requirements. The existing facilities contain hazardous material requiring abatement. The Scope of AE Services under this Firm Fixed Price Contract includes, but is not limited to: Predesign survey of existing conditions, operational analysis, programming studies; presentations to client; energy conservation analyses; development of housing plans, phasing and support for the relocation of the existing operations and occupants into temporary space, complete architectural and engineering design, preparation of specifications, CADD drawings, scheduling, value engineering, partnering, cost estimating, construction phasing and space planning, interior design, optional post construction contract services (PCCS), optional as-built drawings, optional construction phase A-E inspection services and other related services. This is a Request for Qualifications (RFQ) of A-E Firms / Lead Designers interested in contracting of this work. The A-E Firm as used in this RFQ is an association, joint venture partnership or other entity that will have a contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the facilities' architecture. The A-E Firm must address the contractual relationship with the Lead Designer and its ability to manage the design and production of construction documents. In developing the project team required for Stage II, A-E Firms are advised that at least 35% of the level of contract effort must be performed within the State of New York, excluding specialty consultants. The government will not allow payment for travel, living expenses, or computer hookups for the prime firm or any consultants. If the A-E Firm is comprised of a partnership, corporation or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in both the Stage I and Stage II submittals. This entity must be in place at time of contract award. The A-E selection will be completed in THREE stages as follows: In STAGE I, interested A-E Firms will submit portfolios of accomplishment that establish the design capabilities of the A-E Firm and its Lead Designer. All documentation will be in an 8 1/2" x 11" format. The portfolio should include the following: a cover letter referencing the FBO announcement and briefly describing the A-E Firm and its location, organizational makeup, and noteworthy accomplishments; and Standard Form 254 (Architect Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project), which must be dated not more than twelve (12) months before the date of this synopsis. Identification of major consultant firms is required at this stage. An A-E Evaluation Panel will evaluate the submission based on the following 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 new 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, function, 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. A portion of one page presented for each project must include a representative floor plan, building section, and site plan. Each project shall demonstrate architectural design accomplishments with an emphasis on transportation engineering. A minimum of two projects shall demonstrate civil engineering and/or multi-building design accomplishments. The narrative shall also address how site constraints were satisfied by the design. (2) PHILOSOPHY AND DESIGN INTENT [25%]. In the Lead Designer's words (maximum of two typewritten pages), state overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply for this type of project. (3) LEAD DESIGNER PROFILE [15%]. Submit a biographical sketch (maximum of three pages) including education, professional experience and recognition for design efforts on similar projects. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO [25%]. Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and typewritten description (maximum of two pages per project) of up to three new construction projects completed in the past ten years. Narratives shall include a discussion of design challenges and resolutions. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, function, 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 her/his participation in the project. An A/E Evaluation Board consisting of a private-sector peer, and representatives of the client and GSA will evaluate the submissions. The Board will establish a short list of three to six A-E Firms. For STAGE II, the short listed A-E Firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. In this stage the entire project team, including the A-E Firms selected in the first stage, their designated lead designers and ALL the consultants who will work on the project, will be evaluated. The A-E Firms will submit Standard Forms 254 and 255's which 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. A brief period, no longer than 14 calendar days, will be provided for the A-E firms to establish full project teams. The A-E Evaluation Board 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 A-E Firms that will be invited to participate in Stage III. A minimum of three A-E Firms will be invited to participate in Stage III and will be further evaluated by an anonymous design competition, judged by a jury of independent design professionals. The purpose of the design competition is to further evaluate the A-E's qualifications for this project by evaluating the design merits of each designer's "vision" for this specific project. The design competition proposals will be used in conjunction with Stage II rankings in the final evaluation of the A-E Firms. The designer's "vision" will weigh substantially in the final A-E Team selection by GSA. The submitted design concepts become the property of the Government and may or may not be the basis, whole or in part, for the development of the final facility / building design. This procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 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 $4,000,000.00 gross average sales receipts for the past three years), shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its' commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 42 percent for Small Businesses, which includes 7.5 percent for Small Disadvantaged Businesses, 5 percent for Women-Owned Small Businesses, 2 percent for HUBZone Businesses, and 3 percent for Veteran-Owned Small Businesses. In support of the agency's effort, A-E Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. All interested large A-E Firms are reminded that the successful A-E Firm will be expected to place subcontracts to the maximum practical extent with Small, Small Disadvantaged, Women Owned Small Business, HUBZone and Veteran-Owned Small Businesses firms as part of their ORIGINAL SUBMITTED TEAMS. A complete Scope of Work may be obtained from Ms. Gayle Schuster, Property Development Division, Acquisition Services Branch, 26 Federal Plaza, Room 1639, New York, NY 10278. Telephone No. (212) 264-2825. FOR STAGE I SUBMITTALS, interested A/E Firms must submit three (3) copies of all documents for Stage I. Submissions shall be mailed or hand-carried to the General Services Administration, Program Support Division, 26 Federal Plaza, Room 18-130, New York, New York 10278 by June 20, 2002 by 4:30 P.M. local time.. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number: GS-02P-02-DTC-0020(N) Title: Facility-wide Modernization and Expansion of the US Land Port of Entry at Massena, NY; , 2) Due Date: June 20, 2002, 3) Closing Time: 4:30 p.m. Late responses are subject to F.A.R. 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 Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FEDBiz announcement for this STAGE I Solicitation. In Block 11 of the SF-255, the A-E Firm MUST sign name, title and date the submittal. Award of this contract is PENDING AVAILABILITY OF FUNDS. Contract will be procured under the Brooks Act and F.A.R. 36. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. "NOTICE TO PROSPECTIVE BIDDERS/OFFERS: Associated plans, drawings, or specifications provided under this solicitation are intended for use by prospective bidders/offerors (and their subcontractors and supplies). In support of this requirement, GSA requires bidders/offers to exercise reasonable care when handling documents relating to building drawings/plans, security equipment, security equipment installations, and contract guard service, to include: 1) Limiting reproduction and/or dissemination of covered materials only to persons/parties related to this acquisition or otherwise authorized to receive such information; 2) Making every possible effort that is reasonable and prudent to prevent unauthorized disclosure of this information; 3) Upon award and completion of any appeals process, unsuccessful bidders/offerors making every reasonable and prudent effort to destroy or render useless all information/ documentation received during the solicitation and/or appeals process; and 4) The awardee continuing the efforts required above throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the awardee," A presubmittal conference will be held on May 28, 2002. Contact Gayle Schuster (212) 264-2825 by May 16, 2002 for reservations. Award of this contract is contingent upon funding approval. This is not a Request for Proposal.
 
Place of Performance
Address: Massena, New York
Country: United States
 
Record
SN00069070-W 20020502/020430213527 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.