Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
MODIFICATION

C -- A/E Design Services Solicitation for the New San Ysidro Border Station

Notice Date
5/19/2003
 
Notice Type
Modification
 
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-03-KTC-0091
 
Response Due
6/30/2003
 
Point of Contact
Lilia West, Contracting Officer, Phone 415-522-3152, Fax 415-522-3114,
 
E-Mail Address
lilia.west@gsa.gov
 
Description
The General Services Administration announces an opportunity for Design Excellence in public architecture for performance of Architect-Engineering (A/E) Services for the design of a New Border Station in San Diego, California in accordance with GSA quality standards and requirements. The project proposes the reconfiguration of the existing San Ysidro Port of Entry at San Diego, CA. Work involves demolition of this port of entry, including the primary and secondary inspection areas, head houses and agency office spaces. Reconstruction work includes the widening of the northbound lanes, installation of up to 50 northbound primary inspection booths, construction of a new head house with a secondary inspection area and overhead canopies, and construction of new administrative office space for the inspection agencies. In addition, a new southbound inspection facility will be constructed including primary and secondary inspection facilities and agency office space. The gross square footage (gsf) of the administrative office space for the Port of Entry will be approximately 200,000 gsf. The administrative offices will house the Office of Homeland Security (formally INS, US Customs, Border Patrol, USDA) and GSA. The estimated total construction cost is between $100,000,000 and $125,000,000. The Government is anticipating the utilization of a traditional Design-Bid-Build, with pre-qualification of the General Contractors through FAR Part 15, approach as the preferred method of procurement of construction services. However, the Government reserves the right to utilize an alternate method of procurement if economic and funding conditions change. This A/E Services contract will include Pre-Design, Preliminary Concepts, and Final Concept. Options for Design Development, Construction Documents and Construction Services will also be negotiated and may be exercised by the Government. A/E design services will require, but are not limited to, preparation of drawings in metric, specifications, cost estimates, schedules, renderings, architectural models, computer-aided design & drafting (CADD) graphics, color/material selections and presentations, detailed design investigations, constructibility reviews, systems design and calculations, life cycle costing, value engineering, site design, client program requirements, space planning, contract documents, sustainable features towards a LEED certified design, and other similar services as determined to be required for each option. The building shall be designed to GSA design standards for secure facilities, U.S. Land Port of Entry Design Guide (February 2001), Space Allocation Standards For District Offices and Sub-offices, INS (June 2001), Border Integrity Anti-terrorism Program Requirements of Sea Ports of Entry, INS (February 2002), and INS Holding Room Standards. The reorganization of the federal inspection agencies into the Department of Homeland Security may affect the projects design Parameters. The San Ysidro Port of Entry is located 17 miles south of downtown San Diego and is bounded by the community of San Ysidro on the United States side and the City of Tijuana, Mexico This new project will reflect the dignity of the U.S. Federal Government and invoke community pride. The facility will become an integral part of the community and make a distinct architectural statement that is responsive to the overall environment and contextual features of the surrounding community, as well as local architectural styles. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E Firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio 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 within the State of California. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. The 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 experience and capabilities of the A/E Design firm/team and its Lead Designer. The lead designer is, defined as an individual or a design studio that will have the primary responsibilities to conceive the design concept and the building's architecture. All documentation will be in an 8 ½” 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 new construction projects 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, function, 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. 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 Designer’s words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the art headquarters office building in an urban neighborhood environment. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of 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 of three pages per project, and a typewritten description (maximum of two pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address 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 or her participation in the 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. 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 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: General Services Administration, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102, Attn: Lilia West (9PCE) by 3:00PM (PST) local time on June 30, 2003. A total of five (5) 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. It is recommended that each firm confirm receipt of its submittal on June 30, 2003 by calling Lilia West at (415) 522-3152. 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. The Government will not accept transmission of these items via facsimile. 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. A pre-submittal meeting will be held on June 4, 2003 in San Diego California at 10:00am. The meeting will be held in the Westin at Horton Plaza, California Ballroom C. Registration for the pre-submittal meeting can be made by contacting Ms. Lilia West via e-mail at lilia.west@gsa.gov no later than June 2, 2003. Additional point of contact is Gregory McSweeney (415) 522-3121 or e-mail gregory.mcsweeney@gsa.gov. Contract will be procured under the Brooks Act and F.A.R. Section 36. This is not a request for Proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-AUG-2003. 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-03-KTC-0091/listing.html)
 
Place of Performance
Address: San Ysidro, California
Zip Code: 92173
Country: U.S. of America
 
Record
SN00395635-F 20030809/030807223351 (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.