Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

C -- Design Services for renovation of Bldg. 53, Denver Federal Center, Lakewood, CO

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-03-JFC-0017
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
Steven Farrington, Contracting Officer, Phone 303-236-8000 x2258, Fax 303-236-3606, - Steven Farrington, Contracting Officer, Phone 303-236-8000 x2258, Fax 303-236-3606,
 
E-Mail Address
steven.farrington@gsa.gov, steven.farrington@gsa.gov
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture and engineering for performance of Architectural-Engineering Design for a major modernization project for the existing Building 53 in accordance with General Services Administration (GSA) quality standards and requirements. Building Number 53 is located on the Denver Federal Center (DFC) at Sixth Avenue and Kipling Street in Lakewood, Colorado. Building 53 was originally constructed in 1941 as the Remington Denver Ordinance Plant .30 Caliber Shop. A small, one-story addition was added at the north end in 1985. Interior renovations that created much of the present layout were completed in the 1960?s and 1970?s. The building presently contains offices, laboratories, computer rooms, training and conference rooms, warehouse space, and a printing facility. The area of the building is approximately 352,480 square feet with an occupiable area of approximately 265,102 square feet. The following scope of work items are to be addressed during the design of this modernization project: 1. BUILDING ENVELOPE IMPROVEMENTS AND REPAIRS ? Replace roofing membrane and roof insulation ? Replace windows ? Repair exterior masonry at loading dock retaining walls 2. COMMON AREA IMPROVEMENTS AND REPAIRS ? Restroom renovation ? Upgrade signage ? Building entry vestibule ? Enclose Stairs ? Door and door hardware ? Renovation of freight elevator ? Renovation of passenger elevators 3. TENANT SPACE RENOVATIONS ? Tenant fit-out of vacated former tenant spaces (50,000 ? 60,000 SF) 4. MECHANICAL IMPROVEMENT PLAN ? Upgrade the cafeteria HVAC ? Consolidate roof top mechanical rooms ? Replace mechanical room penthouse and equipment ? Replace air handling units in penthouse mechanical room ? Serve the south GPO area from penthouse mechanical room ? Serve the existing EPA area from mechanical room ? Replace equipment ? add mechanical room ? Consolidate exhaust fans ? Replace HVAC equipment in six mechanical rooms ? Replace the HVAC controls ? Add a control air compressor to power digitally controlled pneumatic actuators ? Replace supply and return fans in mechanical room ? Replace the heating loop and remove package ac unit ? Relocate ceiling-mounted ac units 5. ELECTRICAL IMPROVEMENT PLAN ? Provide exit and egress lighting ? Install GFCI receptacles ? Identify and uniformly label electrical equipment ? Provide new starters, distribution, and switches for mechanical upgrades ? Replace and upgrade electrical power distribution system ? Upgrade lighting fixtures as part of ceiling replacement 6. FIRE PROTECTION ? Upgrade Fire Protection System GSA Rocky Mountain Region, Solicitation Number GS-08P-03-JFC-0017. The Estimated Construction Cost at Award range is $15 to $25 million. The Architectural/Engineering fee for design services shall be within the 6% statutory limitation based on the government construction estimate at time of negotiations. The facility will be designed in metric units. The scope of work will require at a minimum: Base design contract ? conceptual design documents, design development documents, metric drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), and sustainable design services. The design is also to be accomplished in accordance with the GSA Design Excellence Program. At this time the GSA is planning to utilize a Construction Manager as Constructor (CMc) method of construction contract delivery for this project. Additional Options to the Base design contract may include; Option 1 - Provide final construction documents to include metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and sustainable design. The facility must be certified through the Leadership in Energy and Environmental Design (LEED) Green Building Rating System of the U.S. Green Building Council. This project is to meet the basic LEED Green Building Council certification. The A/E Firm shall be required to work with a CMc Firm, to be solicited by the GSA, during the initial phase of the design to establish the final project scope of work and construction budget. Option 2 - Post Design/Construction Administrative contract services. This is a Request for Qualifications (RFQ) of A/E Firms interested in contracting of this work. The A/E firm as used in this RFQ shall be an association, joint venture partnership, or other entity that will have responsibility for the project design. The Lead A/E firm shall have contractual responsibility for the project design. The Lead A/E Firm must address the contractual relationship between the construction document production firm (if other than the A/E firm) with its ability to manage the design and production of construction documents. In developing the project team, the A/E Firms are advised that at least 35% of the level of contract effort must be performed within the State of Colorado. The production firm shall be capable of establishing a fully staffed and functional office in Denver metropolitan area, and capable of becoming licensed in the State of Colorado. The A/E selection will be completed in two stages as follows: For Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the Lead A/E Firm, the Mechanical Engineering consultant, the Electrical Engineering consultant, and the production firm (if required). All documentation will be in an 8 1/2? x 11? format (maximum thickness of ??). No faxed or electronic copies will be accepted. The portfolio should include the following: a cover letter referencing the FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; description of the contractual relationship between the A/E Firm and production firm; and Standard Form 254 (Architect-Engineer and Related Services Questionnaire) or equivalent, and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project) or equivalent for the Lead A/E firm, Mechanical Engineering consultant, Electrical Engineering consultant, and production firm (if required). Submission requirements and evaluation criteria: (1) Past Performance on Design (35%): The Lead A/E Firm, Mechanical Engineering consultant, Electrical Engineering consultant, and production firm (if required) will submit graphics (maximum of three pages per project) of not more than five construction projects (each) completed in the last ten years. The narrative (maximum of two pages per project) shall address the design approach with 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 and/or sustainable design. 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 (25%): In the Lead Designers? words, (maximum of two typewritten pages) state their overall design philosophy and approach to the challenge of public architecture, integration of Engineering & Architecture solutions, sustainable design, other issues and parameters that may apply to this modernization project. (3) Lead Designers Profile (15%): The lead designer for the Lead A/E Firm, along with the lead designers for the Mechanical, Electrical, and production firms, shall submit a biographical sketch (maximum of three pages for each) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) Lead Designers Portfolio (25%): The lead designer for the Lead A/E Firm, along with the lead designers for the Mechanical, Electrical, and production firms, shall 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) of up to three similar construction projects completed in the last ten years. The narrative shall address the lead designer?s role on the project, the design philosophy with 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/her participation in the project. An A/E Evaluation Board consisting of private-sector peer(s), and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of the most highly rated acceptable firms. For 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 remaining outside consultants. The firms will be required to complete Standard Forms 254 and 255, or equivalent, that reflects the entire design team. The Government will establish the date these submittals are due and provide the criteria for the interviews along with the Stage I short-list announcement. Sufficient time will be provided for the A/E Design Firm to establish its team. The A/E Evaluation Board will interview each team. Candidates shall be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements in a professional presentation format and with specific A/E and consultant team members conducting the presentation. Emphasis will be placed on the unique aspects of the project, design philosophy, creativity in design possible approaches in carrying out the project, cost management, and project management. Building Walk-Through: A walk-through of Building 53 is scheduled for Tuesday, August 12, 2003 from 9:00 am ? 11:00 am. This is not a pre-proposal or pre-submittal conference, but rather an opportunity for potential offerors to familiarize themselves with the facility. Cameras of any kind are prohibited. A brief presentation of the project by the GSA Project Manager will be followed by a walk-through of the building. Anyone wishing to participate in the walk-through must send an e-mail to Charles Rienhardt, GSA Property Manager, at charles.rienhardt@gsa.gov, with copies to Mike Vandermark, Federal Protective Service, at michael.vandermark@gsa.gov , Steve Farrington, Contracting Officer, at steve.farrington@gsa.gov, and Chris Theisen, Project Manager, at christopher.theisen@gsa.gov, identifying name, address, and phone number of the firm, and the names of attendees. Any questions concerning the walk-through should be addressed to Steve Farrington at (303) 236-8000, ext. 2258. Directions: The Denver Federal Center is a controlled access facility located at Sixth Avenue and Kipling Street in Lakewood, Colorado. Interested parties must enter the facility through Gate One (on the west side of Kipling Street, the second gate south of Sixth Avenue). Identify yourself as a visitor attending the Building 53 walk-through, and present a valid driver?s license to gain access. Follow Main Street to Seventh Street; turn right on Seventh. Park in the last parking lot on the right side before the first intersection (if you cross Center Avenue, you?ve gone too far.) Walk down the hill on the east side of the parking lot. Cross Sixth Street and follow the long sidewalk across the large grass area to Entrance W-1. The walk-through will start in the Lobby of Entrance W-1 promptly at 9:00 am. How To Offer, For Stage I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting the information requested above to: Denver Federal Center Sixth Avenue and Kipling Street General Services Administration, PBS, (8PF) Building 41 Denver, Colorado 80225 Attn: Steven R. Farrington, Contracting Officer by 3:00 PM local time on September 12, 2003. All interested firms are to provide six complete copies of the RFQ submission to the address noted above. No faxed or electronic copies will be accepted. All questions regarding this advertisement are to be directed to the Contracting Officer, Steve Farrington, at (303) 236-8000 ext. 2258. The following information MUST be on the outside of the sealed envelope: 1.) Solicitation Number, GS-08P-03-JFC-0017, and project title ?DFC Building 53 Modernization?; 2.) Due Date; 3.) Closing Time. Late responses are subject to FAR 52.215-1, Instructions to Offerors--Competitive Acquisition (May 2001). This procurement is being issued pursuant to the Small Business Competitiveness Program (FAR 52.219-19). The NAICS Code is 541310. This contract will be procured under the Brooks Act and F.A.R. Part 36. This is not a Request for Proposal.
 
Place of Performance
Address: Lakewood, CO
 
Record
SN00390260-W 20030803/030801214053 (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.