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
6/28/2002
 
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
This paragraph replaces the last paragraph of the solictation notice. The end of the announcement is rewritten as follows: This procurement is open to small and large business concerns. Before contract award, the A/E (if not a small business (small business size standard is $4,000,000 dollars average annual receipts over the past three years)), shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 (See FAR 52.219-9) demonstrating a poactive effort to achieve the following minimum goals for all subcontracted work:. Small Business - 40% which includes: Small Disadvantaged Businesses - 8%, Women-Owned Businesses - 5%, HUBZone - 2.5%, Service-Disabled Veteran-Owned- 3%, Veteran-Owned - 5% (includes 3% for Service-Disabled Veterans-Owned Businesses). 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. Contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Proposal. rogram, function, image, mission, economic goals, schedule and operational objectives were satisfied by the overall design and planned 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 and email. 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 parameter that may apply in creating a state-of-the art courthouse in an urban environment. (3) Lead Designer Profile (15%) - Submit a biographical sketch (maximum 3 pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of personal 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 3 pages per project) and a typewritten description (max 2 pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy with relevant 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 excellence in design. Where there is duplication with criteria (1) above, the Lead Designer will address his/her participation in the project. An A/E Evaluation Board, consisting of a private sector peer, representatives of the client agency and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. For Stage I submittals, firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF 254 for the A/E Design Firm which must be dated not more than twelve months before the date of this synopsis, and modified SF 255 for the A/E Design firm along with a letter of interest and the portfolio to: General Services Administration, Attn: Mr. Melvin McIntosh, 401 West Peachtree Street, NW, Suite 2513, Atlanta, Georgia, 30308. Responses are due by 3:00 p.m. local time on July 10, 2002 at his location. The Government requires (5) copies of each submittal. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number/Title; 2) Due Date; 3) Closing Date/Time. Late responses are subject to FAR 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 presented in this announcement for Stage I. In Block 11 of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. A pre-submittal meeting will be held June 19, at 1:00 p.m. in Ft. Pierce, Florida. The location is: City Hall, First Floor, 100 North US 1, Ft Pierce Florida. For additional information, call Mr. Melvin McIntosh at (404) 331-5014, or email: melvin.mcintosh@gsa.gov. For STAGE II the short-listed firms will be notified and asked to submit more detailed information including each member of the entire design/production team, including all 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 the submittals are due and provide the selection criteria for the interviews NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-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
SN00201223-F 20021108/021106220458 (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.