Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
MODIFICATION

C -- Architect-Engineer Design Services for the Expansion of the H. Carl Moultrie Courthouse

Notice Date
12/12/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-03-MKC-0012
 
Response Due
1/10/2003
 
Point of Contact
Christine Kelly, Contracting Officer, Phone (202) 205-5862, Fax (202) 708-4964, - Priscilla Chaney, Contract Specialist, Phone (202) 260-3390, Fax (202) 708-4964,
 
E-Mail Address
christine.kelly@gsa.gov, priscilla.chaney@gsa.gov
 
Description
The Synopsis for DESIGN EXCELLENCE in public architecture for performance of Architectural-Engineering Design for the H. Carl Moultrie Courthouse Expansion for the District of Columbia Courts. Constructed in the late 1970's, the 654,000 gross sq. ft. courthouse is located at 500 Indiana Avenue, NW between C and D streets posted November 26, 2002 is hereby amended as follows: Estimated Construction Cost range is $35-50 million. 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 FBO 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. Stage I 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 projects of a combination of modernizations and expansions in the last ten years. At least two projects shall demonstrate state-of the-art sustainability, adaptive reuse with environmental, electrical and mechanical engineering accomplishments. At least, one project shall demonstrate accomplishments in incorporating new additions with accessibility and code compliance. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project. The narrative should discuss (1) how the client's program, function, image, mission, economic, schedule and operational objectives were satisfied by the overall design/planning solution; an (2) how the mechanical and electrical systems complied with constructability, flexibility, maintainability and durability needs as well as being cost effective. The A/E design firm shall clearly identify the portions of the submitted designs for which they had responsibility. 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 (Architectural, Interior, Electrical and Mechanical) (25%): In the Lead Designers words, (maximum of two typewritten pages for each Architectural, Interior, Electrical, and Mechanical engineering disciplines) state his/her overall design philosophy and approach to the challenge of resolving design issues, and parameters that apply specifically to the addition to a public building with the focus on the unique aspects of installing state-of-the art systems in an existing building. (3) LEAD DESIGNER PORTFOLIO (Architectural, Interior, Electrical and Mechanical) (25%): Submit a portfolio representative of each 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 for each discipline) of up to three (3) designs comprised of a combination of modernizations or expansions completed in the last ten years attributed to each lead designer. The narrative shall address the design philosophy as well as the design challenges and resolution. Include the 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 or her participation in the project. (4) LEAD DESIGNER PROFILE (Architectural, Interior, Electrical and Mechanical) (15%): Submit a biographical sketch (maximum of three pages for each discipline) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. An A/E Evaluation Board consisting of a private sector peer and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. 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 firm 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 that 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 to select the winning A/E firm. FOR STAGE ONE 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 not be dated more than twelve (12) months before the date of this synopsis and modified SF-255 (for the "A/E Design Firm") along with letter of interest and the portfolio TO: Christine Kelly, 301 7th street SW. Washington DC, 20407 by 3:00PM local time on the January 10, 2003. A total of three (3) 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 FBO announcement for Stage One Solicitation. In Block 11of 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 open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $4,000,000 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 ventures 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 F.A.R. 36. This is not a request for Proposal.
 
Record
SN00222526-W 20021214/021212213832 (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.