Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

C -- A/E Services, Border Patrol Station, Chula Vista, Ca

Notice Date
7/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-02-KTC-0085
 
Response Due
8/20/2002
 
Point of Contact
Lilia West, Contracting Officer, Phone 415-522-3152, Fax 415-522-3114, - Lilia West, Contracting Officer, Phone 415-522-3152, Fax 415-522-3114,
 
E-Mail Address
lilia.west@gsa.gov, lilia.west@gsa.gov
 
Description
Architect and Engineering Services, Border Patrol Station, Chula Vista, CA Solicitation Number GS-09P-02-KTC-0085, Response Due Date: August 20, 2002 at 4:00 PM to: General Services Administration, Public Buildings Service, Property Development Division, Arizona Nevada Executive Branch (9PCN), ATTN: Lilia B. West, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102 A/E DESIGN - full service design SOL GS-09P-02-KTC-0085, DUE DATE: August 20, 2002. Contracting Officer Lilia West, Telephone (415) 522-3152. The General Services Administration (GSA, Region 9, San Francisco) announces an opportunity for Design Excellence in Public Architecture and is seeking an Architect-Engineering (A-E) design team to design a new Border Patrol Station in the vicinity of Chula Vista/San Diego (Otay Mesa) California. The new facility will be comprised of several structures, totaling approximately 73,000 gross square feet (6,862 GSM) on a nearly 20 acre commercial site. The structures will include a 57,100 sf Station Building, a 15,000 sf Vehicle Repair/Electronics Facility, 1000 sf dog kennel, 3,500 sf enclosed parking/vehicle storage, as well as washing and fueling facilities for vehicles. Additionally, the site must be designed to accommodate approximately 750 parking spaces. The estimated total cost for construction is $10,000,000 to $15,000,000. The scope of A-E Services for this Firm Fixed-Price Contract may include but is not limited to the following: pre-design programming; site investigation (including geo-technical surveys and analyses, topographical and boundary surveys), design concepts, complete architectural and engineering design services, preparation of specifications and CADD drawings for construction documents, cost estimating, space planning, exterior and landscape design, comprehensive interior design, value engineering, post construction phase services, and other related supplemental services if so requested by the Government. The project will be delivered either through Design-Build or the traditional Design-Bid-Build process. Base services will likely include associated design efforts up through Bridging Documents (approximately 50% Construction Documents). Dependant upon the final procurement strategy selected, the Government may exercise the option for the A/E to proceed with 100% Construction Documents, as well as assist in the bidding and construction phases. The A-E selection will be completed in two stages as follows: STAGE I: This phase will establish the Design Excellence capabilities of the A-E design firm and its lead designer. The ?lead designer? is the individual of design studio who will have the primary responsibility to conceive the design concept and the building?s architecture. This individual or studio is employed by the ?A-E design firm?, that is, the A-E firm, partnership, corporation, association, or other legal entity, which will have contractual responsibility for the project design. In the first stage, a short list of a minimum of three (3) Architect-Engineer firms will be selected based upon the firms' submittals in response to this Request for Qualifications (RFQ). Qualifications submitted by each firm will be reviewed and evaluated based on the evaluation criteria listed below. In addition, the A-E design firm shall submit a firm profile that is no longer than two (2) typewritten pages that describes the overall history of the firm, general design philosophy to projects, and the firm?s organizational make-up that supports the design process. The A-E firm shall also submit a typewritten description (maximum two pages) and relevant 8-1/2? x 11? graphics (maximum three per project) of up to five (5) comparable building design projects completed within the last ten years. The narrative shall address the design approach and salient features for each project and discuss how the clients? design, economic, and operational objectives were satisfied by the design. The following items will serve as EVALUATION CRITERIA in order of importance: (1) PAST PERFORMANCE ON DESIGN: The A-E design firm shall submit a portfolio of up to five outstanding projects completed by the firm within the past ten years. Include a maximum of two typewritten pages per project describing design objectives, approach, results, project significance, key features, and awards and up to three illustrations (no larger than 8-inches by 10-inches each) for each project to indicate visual evidence of design quality. (2) PHILOSOPHY AND DESIGN INTENT: The A-E design firm shall submit a statement of intent, written by the lead designer in a maximum of two (2) typewritten pages, indicating overall design philosophy, understanding of design issues, and approaches and solutions applicable to this project. (3) LEAD DESIGNER(S) PORTFOLIO(S): Submit a description of two (2) designs completed within the past 10 years by each lead designer (maximum of one page per project). Narratives shall include a discussion of the design challenges and solutions. A maximum of three (3) illustrations no larger than 8-by-10 inches for each project can be included. (4) LEAD DESIGNER(S) PROFILE(S): Submit biographical sketch(es) including education, professional experience, and recognition of design efforts inclusive of examples for the lead designer(s) and other key individuals, including the design principal, project designer and project manager. Identify and describe areas of responsibility and commitment to this project. The primary goal of this project is to develop an award-winning design that meets the project programming and budget parameters of the client agency. In addition, appropriate and cost-effective integration of sustainable design principles will be required. Formal LEED certification (as outlined by the U.S. Green Building Council) may be pursued, dependent upon the project budget. Nonetheless, LEED 2.0 criteria will still be used as one of the tools in developing a successful design solution for this project. Therefore, in addition to aesthetic design excellence; the demonstration of successful integration of sustainable practices will also be evaluated. STAGE II: In this stage, the entire project team, including each A-E design firm selected in Stage I, its designated lead designer, and all the consultants who will work on the project will be interviewed and evaluated. The short listed A-E design firms will submit Standard Forms 254 and 255 for the entire project team for the final selection process. Sufficient time will be provided for the A-E design firms to establish project teams. In developing the project team required for Stage II, A-E firms are advised that a majority development of contract effort must be performed within the area of geographical limitation defined as the State of California. If the A-E design firm is comprised of a partnership, corporation, joint venture 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 the Stage I and II submittals. This entity must be in place at the time of contract award. Although this procurement is open to large businesses, small and minority A-E firms are encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages the contributions of new and innovative designers to public architecture. Small, Small Disadvantaged and Women-Owned Businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. Before award of the contract the A-E (if not a small business having an average gross receipts of less than $4M during each of the past three fiscal years) is required to submit an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Offerors are invited to attend a pre-submittal conference to discuss project requirements and the selection process. The conference will be held at the Federal Building at 880 Front Street, Suite 4236, in San Diego, CA on August 6, 2002 at 10:00 AM. Offerors are requested to notify the Contracting Officer, Lilia West by calling (415) 522-3152 or via e-mail to lilia.west@gsa.gov of the names of attendees. Interested A-E firms or joint ventures having qualifications to meet the requirements are invited to submit completed SF 254 and 255 for the A-E Design Firm along with a letter of intent (identifying this announcement by Solicitation Number GS-09P-02-KTC-0085) and responses to the four (4) evaluation criteria listed above. Deliver or mail six (6) copies of submittals to General Services Administration, Property Development Division, 450 Golden Gate, 3rd Floor West, San Francisco, CA 94012, Attention: Lilia West. The Stage I submittals are due by 4:00 PM on August 20, 2002. Award of this contract is contingent upon funding approval. This is not a request for fee proposal. For additional information, contact Lilia West at (415) 522-3152. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 04-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/9PCS/GS-09P-02-KTC-0085/listing.html)
 
Place of Performance
Address: GSA, PROPERTY DEVELOPMENT DIVISION, 450 GOLDEN GATE AVE, 3RD FLOOR WEST, SAN FRANCISCO, CA 94102
Zip Code: 94102
 
Record
SN00158064-F 20020906/020904220854 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.