Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

C -- A/E for Systems Upgrades, Hale Boggs Federal Building - Courthouse

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Eastern Area, Program Support (7PEP), 819 Taylor Street, Room 12A26, Fort Worth, TX, 76102-6105
 
ZIP Code
76102-6105
 
Solicitation Number
GS-07P-03-UUC-1015
 
Response Due
9/15/2003
 
Point of Contact
Pamela Lackey, Contracting Officer, Phone (817) 978-7335, Fax (817) 978-7194,
 
E-Mail Address
pam.lackey@gsa.gov
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public Architectural-Engineering for performance of Architectural-Engineering Design for replacement of Electrical and Mechanical components, the replacement of the existing fire alarm system, elevator modernization and upgrades the handicap accessibility. The design must comply with General Services Administration (GSA) quality standards and requirements. The facility is approximately 705,347 gross square feet. It is composed of two structures located on a city block bounded by Poydras and Lafayette Streets on the north and south and Magazine and Camp Streets on the east and west. The Courthouse is a six story structure and the Federal Building is a fourteen story structure. Both structures share a common basement that encompasses the outer limits of each. GSA Greater Southwest Region, Solicitation No. GS-07P-03-UUC-1015. The Estimated Construction Cost range is between $15 to 25 million. The facility was designed by Mathes, Bergman and Associates, Inc. in association with August Perez and Associates, Inc. and was completed with substantial occupancy in early 1976.. The unique aspects of the architecture of this period should be considered. The scope of work will require at a minimum: construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS). Included in the design is the refurbishing of the main electrical equipment, which includes the switch gear and the motor control centers (MCC), and replacement of two transformers on each floor. The design shall also include the replacement of 56 Air Handling Units (AHUs), the conversion of five floors with multi zone air distribution systems with variable air volume air distribution systems, the modernization of all elevators, replacement of the fire alarm system with a completely new fire alarm system, and upgrading the facility handicap accessibility features to meet current code requirements. The design shall include sustainable features. The design shall also include the GSA design standards for secure facilities. The building will be completely occupied during the construction phase; therefore, the design shall be phased so that the tenants can complete their mission without interruption. 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 that will have primary responsibility for the project design. The A/E Firm must address the contractual relationship with the Lead Designer and 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 in the New Orleans, LA area. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants. A Licensed Fire Protection Engineer is required to perform the design for the Fire Alarm System. A qualified elevator designer that is qualified by the ASME QEI-1b-1992 addenda to the ASME QEI 1-1990 edition STANDARD FOR THE QUALIFICATION OF ELEVATOR INSPECTORS. 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 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 CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; and 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 with the following exceptions: Identification and qualifications of the Licensed Fire Protection Engineer and Elevator Designer that is qualified per the ASME QEI-1b-1992 addenda to ASME QEI-1-1990 edition STANDARD FOR THE QUALIFICATION OF ELEVATOR INSPECTORS will be required for the Stage I submittal. Submission requirements and evaluation criteria: (1) Past Performance on Design (35%): A. The A/E Firm will submit a description (maximum of three 8 ?? x 11?pages per project) of not more than four to six repair and alteration projects completed in the last ten years. Provide design and construction completion dates. Photographs which show before and/or after views of the project can also be submitted. A minimum of three of the submitted projects must be multi-story buildings (minimum of 4 stories) with a total construction cost exceeding $5 million. The design work for the projects described by responding firms shall have scopes which clearly demonstrate competence in engineering design for office spaces, and mechanical, electrical, elevator, and fire safety similar in scope to that identified for the Hale Boggs Federal Building. B. The design work must include the involvement of either an in-house or subcontracted registered fire protection engineer for at least 2 of the projects described. C. Demonstrate evidence of sophisticated solutions to complex problems (including phased construction in occupied buildings) and how you responded to programmatic requirements and owner constraints (budget and schedule). D. Discuss the salient features of each design and how the design was cost effective, functional, and attractive. 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. Ensure these references are still available. (2) Philosophy and Design Intent (25%): Provide a narrative statement, not exceeding two 8 1/2? x 11?, describing the design approach, design considerations, philosophy, goals and objectives regarding the proposed project. This narrative should address design opportunities for this project and how it will be influenced by the project?s requirements and objectives. Include in this discussion one to two projects that were renovated in a tenant occupied building. This statement must be signed and dated by the team?s designated project manager. It must also be reviewed and signed by the principals of each participating firm. (3) Profile (15%): For each architect, engineer and other personnel on the Team, submit a biographical sketch (maximum of three pages) including education, professional experience, registration, recognition for design efforts inclusive of examples. Specifically identify the individual who will be performing the estimating and the scheduling functions. Prepare a matrix which shows for each of four to six projects, which members of the proposed Design Team, including consultants, worked on which projects, and their role on the 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 two new construction and two major repair and alteration 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, economics, 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 peers 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 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 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 panel 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 determine the final selection. For Stage I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a SF-254 (for the ?A/E Design Firm?), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (for the ?A.E Design Firm?) along with letter of interest TO: General Services Administration, 819 Taylor Street, Room 12A5, Fort Worth, TX 76102, Attention: Pam Lackey, by 3:00 PM local time on September 15, 2003. 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 52.215-1. 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 CBD announcement for this STAGE I Solicitation. In Block 11 of 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 (FAR 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 Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged, small Hubzone, small service disable veteran-owned and small women-owned 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 FAR 36. This is not a Request for Proposal.
 
Place of Performance
Address: 501 Magazine Street, New Orleans, LA
Zip Code: 70130
Country: USA
 
Record
SN00397887-W 20030813/030811214029 (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.