Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
MODIFICATION

C -- Design for a Social Security Administration Call Center and Office Space

Notice Date
8/27/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS10P-02-LTC-0039
 
Response Due
10/10/2002
 
Point of Contact
Vista Gifford, Contract Specialist, Phone (253) 931-7366, Fax (253) 931-7395, - Sue Saucier, Procurement Technician, Phone 253-931-7127, Fax 253-931-7395,
 
E-Mail Address
vista.gifford@gsa.gov, sue.saucier@gsa.gov
 
Description
The following five (5) firms were short-listed for A/E Services for conversion of existing warehouse space to a call center and office space for the Social Security Administration in Auburn, Washington: Eric Owen Moss, 8557 Higuera St, Culver City CA 90232, NBBJ 111 S. Jackson St, Seattle WA 98104, Perkins & Will 2700 Colorado Blvd, Ste 400, Santa Monica CA 90404, Studios Architecture 99 Green Street, San Francisco CA 94111, Thompson Viavoda 920 SW Sixth Ave, Portland OR 97204. The short-listed firms will develop complete project teams and submit Stand Forms 254 and 255 that reflect the entire design team. For Stage II, submission requirements and evaluation criteria will be : (1)Team Design Performance (50%). Narratives shall describe experience of the team on projects similar in size and complexity. Information shall address architectural and engineering challenges and their design solutions. (2) Team Organization and Management Plan (30%). Written submissions should identify key roles, lines of communication and means to integrate client and community input, explain quality and cost control plans, the physical location of major design and production work, coordination plan for consultant work and the work to be produced in remote offices. (3) Professional Qualifications of Key Personnel (15%). Qualifications of key personnel should be clearly identified on Standard Forms 254 and 255. (4) Geographic Location (5%). Written submissions must demonstrate how a minimum of 35% of the A/E contract services will be accomplished within the state of Washington. 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 this project, possible approaches to carrying out the project, project management and the capacity of the team to perform successfully in accomplishing the work within the required time and budget. The Stage II evaluations will culminate with the interviews with the A/E Evaluation Board. The rankings of the A/E Evaluation Board will be based on the written submittals for Stage II as well as the interviews to determine the most highly ranked firm for performance of design services under this Solicitation No. GS-10P-02-LTC-0039. FOR STAGE II SUBMITTALS: Short-Listed Firms listed in this announcement are invited to respond by submitting: 1) Completed SF-254/SF-255 for the full A/E Team qualifications, 2) Subcontracting Plan that identifies small business, women-owned business, and small disadvantaged business status and state of origin for consultants or subcontractors, TO: Ted Mahoney, Contracting Officer, General Services Administration, Stop 10PDC, 400 SW 15th Street, Auburn, WA 98001, by 3:00 PM local time on October 10th, 2002. A total of five (5) copies should be submitted. 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 52.214-7. 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 Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the fedbizops announcement for Stage II Solicitation. In Block 11of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. All short-listed large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and F.A.R. 36. This is not a request for Proposal.
 
Place of Performance
Address: GSA Auburn Campus, Building 7,400 15th Street SW,, Auburn, WA
Zip Code: 98001-6599
Country: USA
 
Record
SN00151443-W 20020829/020827213947 (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.