Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2002 FBO #0341
MODIFICATION

C -- Design Services for New Courthouse at Fort Pierce, Florida

Notice Date
6/7/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-02-EXC0052
 
Response Due
7/10/2002
 
Point of Contact
Melvin McIntosh, Contracting Officer, Phone (404)331-5014, Fax (404)331-7063,
 
E-Mail Address
melvin.mcintosh@gsa.gov
 
Description
C-Architect-Engineer Services, Solicitation Nr GS-04P-02-EXC0052, Fort Pierce, Florida (404-331-5014, Melvin McIntosh) NAICS 54131 The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering (A-E) Design for a new, Federal Courthouse for the United States Courts in accordance with GSA quality standards and requirements. The building shall be approximately 9500 square meters (99,000 square feet), including 15 secure (inside) parking spaces. There are to be 73 on-grade parking spaces. The proposed site is located in the Central Business District of Fort Pierce, Florida, GSA Region 4. Reference Solicitation Number GS-04P-02-EXC0052. The Estimated Construction Cost (ECC) range is $20,000,000 to $24,000,000. The facility will be designed in metric units. The scope of work requires at a minimum: metric construction drawings, specifications, cost estimates, value engineering, computer-aided design and drafting (CADD) and post design services for the new Federal Courthouse facility that includes construction of the new building and related systems, security, site development, client program requirements, LEED certification, incorporate sustainable features, HVAC Excellence, productivity in the workplace, be energy efficient and be designed to meet and/or exceed the energy goals established by GSA. The building will include GSA design standards for secure facilities. Located in the Central Business District in Fort Pierce, FL., this new building should welcome and support all court visitors and participants and be accessible and open (within the limits of required security), understandable and comfortable. The building should symbolize the judiciary being a co-equal branch of the Government and should reflect the seriousness of the judicial mandate. It should convey balance, stability, absence of prejudice, respect for the individual, permanence, solemnity, and deliberateness. The building design should reflect the dignity and timeless mission of the courts. This is a Request for Qualifications of A/E Firms/Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ represents an association, joint venture, partnership or other legal entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio/firm 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 project team in Stage II. A/E Firms are advised that at least 35% of the level of contract effort must be performed in the state of Florida. 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 ?? x 11? format. The submission portfolio should include the following: a cover letter referencing this FedBizOpps announcement, and briefly describe 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 or sub-contractors is not a requirement of this stage. STAGE I submission requirements and evaluation criteria include: (1) Past Performance on Design (35%) ? The A/E firm will submit graphics (maximum 3 pages per project) of not more than five (5) new construction projects completed in the last ten years. The narratives (maximum 2 pages per project) shall address the design approach outlining the salient/relevant features for each project submitted to the project for Fort Pierce, Florida, and discuss how the client?s p along with the Stage I short-list announcement. Sufficient time will be provided the A/E Design Firm/Lead Designer to establish its 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, quality control program and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board in Atlanta, Georgia. Stage II rankings will be used in conjunction with Stage I rankings to select the most highly ranked designed A/E firm. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR Part 19.10). This procurement is open to small and large business concerns. Before award of the contract the A/E (if not a small business of $2,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint venture with other small businesses. All interested 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. This is not a Request for Proposal. This contract will be procured under the Brooks Act process (FAR Part 36). Participants in this process will not be reimbursed for travel, living expenses or other costs unless such costs are specifically identified and stated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 06-NOV-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/4PCB/GS-04P-02-EXC0052/listing.html)
 
Record
SN00201222-F 20021108/021106220457 (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.