Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

C -- A-E Design Svcs. for new USCH, Austin, TX

Notice Date
4/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Western Area (7PW), 819 Taylor Street, Rm 12A15, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-02-UGC-0004
 
Response Due
5/29/2002
 
Point of Contact
Debbie Loftin, Contracting Officer, Phone 817-978-7012, Fax 817-978-7017,
 
E-Mail Address
debbie.loftin@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
TWO PHASE A/E SELECTION PROCESS; Architect Engineer Services, Austin, Texas: 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 Courthouse in Austin, Texas (three district, two Senior District and three Magistrate Courtrooms) in accordance with General Services Administration (GSA) quality standards and requirements. The design should be an expression of the American architectural tradition and a visual testimony to the dignity, enterprise, vigor, and stability of the American Government while still focusing on the rich and diverse culture inherent to the City of Austin, as well as, the State of Texas. The design of the Courthouse and its associated site plan should be responsive to the overall urban design quality of the adjacent structures. The building is approximately 198,531 gross square feet, including 55 inside parking spaces, at a proposed site located in Austin, Texas, GSA Greater Southwest Region. The Estimated Construction Cost range is $45 - 50 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 post con-struction contract services (PCCS) for a courthouse facility that includes the construction of a new building and related systems, site development, client program requirements, and sustainable features. The building is also to include the GSA design standards for secure facilities. 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 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 building's 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. The A/E Teams must demonstrate that at least 35% of the A/E contract services will be accomplished within Texas. 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 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 Designer. All documentation will be in an 8 1/2" x 11" format. 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 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 consultants is not required at this stage. Submission requirements and evaluation 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 and either a site plan or a building section. (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 headquarters office building in an urban neighborhood environment. (3) Lead Designer 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 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 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 three to six firms. (2) 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 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 in the final A/E Team selection by the GSA. For Stage I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a modified 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 of interest TO: General Services Administration, ATTN: Debbie Loftin (7PWP), 819 Taylor Street, Room 12B, Fort Worth, TX , 76102-6105, by 3:00 PM local time on Wednesday, May 29, 2002. Please provide 7 (seven) copies of all requested information. 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 F.A.R. Provision 52.215-1. 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 (F.A.R. 52.219-19). This procurement is set-aside for/restricted to small business. The NAICS Code is 54130; the size standard is $4.0 million/year. Contract will be procured under the Brooks Act and F.A.R. 36. This is not a Request for Proposal. Pre-submittal conference will be held in Room 116 of the Homer Thornberry Judicial Building, 903 San Jacinto Street, Austin Texas, on Wednesday, May 8, 2002, 2002 at 10:00 a.m. [Please be advised that parking in downtown Austin is scarce.] NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PW/GS-07P-02-UGC-0004/listing.html)
 
Place of Performance
Address: Austin, TX
Country: USA
 
Record
SN00127902-F 20020731/020729220903 (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.