Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2003 FBO #0676
SOLICITATION NOTICE

C -- Architectural-Engineering Design for interior renovation of Federal Building, Des Moines, IA

Notice Date
10/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P03GZM0519
 
Response Due
11/13/2003
 
Point of Contact
Joseph York, Contracting Officer, Phone (816) 823-4915, Fax (816) 926-3571,
 
E-Mail Address
joseph.york@gsa.gov
 
Description
Contact person: Joseph A. York, phone: (816) 823-4915. Architect-Engineer Services Solicitation No. GS06P03GZM0519. GSA Region 6, Kansas City, Missouri, Courtney B. Springer, GSA Contracting Officer, phone: (816) 823-2276, fax (816) 823-5547, email: courtney.springer@gsa.gov; Joseph A. York, GSA Contract Specialist, phone (816) 823-4915, fax (816) 926-3571, email: joseph.york@gsa.gov; and John Topi, GSA Program Manager. The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for the interior renovation of the Federal Building, 210 Walnut, Des Moines, Iowa in accordance with GSA quality standards and requirements. The building is approximately 377,149 gross square feet. GSA Region 6 Solicitation No. GS06P03GZM0519. The Estimated Construction Cost range is $ 40 - 50 million. The facility will be designed in metric units. The scope of work (SOW) will require at a minimum: Interior demolition and renovation of existing spaces, removal of asbestos and other hazardous materials, security enhancements through progressive collapse improvements, Americans with Disabilities Act (ADA) upgrades, mechanical/electrical systems improvements/upgrades, life safety upgrades, upgrades of existing building cafeteria, and first floor fa?ade removal and replacement. Fa?ade for floors two through ten, and replacement of existing elevators, are currently being accomplished under other contracts. The SOW will be completed in five phases over approximately five years. In addition, the project shall be registered and designed to meet the Silver standard as defined in the U.S. Green Building Council of Energy and Environmental Design (LEED), Green Building Rating System. The final design should be a balance between aesthetic, functional and security issues. The building is also to include GSA design standards for secure facilities. The A/E contract will include pre-design, schematic design, design development and construction document services. Options to contract will include: bidding phase services, tenant improvement design services, construction administration services and post construction contract services. The scope of the services includes, but is not limited to the following: programming and space planning, survey of existing conditions, presentation drawings, computer 3-D modeling, presentation for client agencies, energy conservation and LEED analysis, architectural and engineering design/development of plans and specifications, estimating, value engineering, interior design, acoustic engineering, security design, and management and inspection services during construction process. Construction documents may be required in a single bid package, or multiple bid packages. GSA is considering use of a Construction Manager as Constructor (CMc), also referred to as CM at risk. The CMc will be involved in the design process, to provide construction expertise, estimating and cost information, and constructability reviews. The CMc will continue construction by separately procuring contracts for construction. Drawings shall be created and submitted in native AutoCAD, latest release. Drawings in other CAD programs and then translated to AutoCAD are not acceptable. Formatting for electronic drawings shall be per GSA standards. Specifications, reports, databases, and similar items shall be submitted in native MS Office 2000, latest release format. The A/E firm/joint venture shall update software version at its own expense. This is an existing site. This new project will upgrade the interior of the building by replacing outdated systems and improving the quality of office space, thereby extending the life of the building. Combined with the current exterior recladding, this project will embody the openness and vitality of the Federal Government. 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 in the State of Iowa. The government will not allow payment for living expenses, computer time or hookups for the prime or the consultants. The slate selection process (initial selection) will result in a minimum of three, and a maximum of five firms selected for interviews and final selection. 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 ?? x 11? format. The portfolio should include the following: a cover letter referencing the FedBizOpps (FBO) 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 modified Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). The Modifications to Standard Form 255 are: page 3, complete items 1 through 4, inclusive. Do not respond to item 5; pages 4-10, inclusive: no response required; page 11: under item 10, respond, in order, to the four evaluation criteria contained in the FBO. Identification of subcontractors is not required at this stage. Identification of consultants is not required at this stage. The assembled Stage I portfolio should be no more than 100 pages. 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) for three to five renovation projects completed in the last ten years. Submittals of less than three projects will result in a lower score. If more than five projects are submitted, only the first five projects will be considered. Projects not completed in the last ten years will not be considered. 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) LEAD DESIGNER 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 significantly renovating an existing federal properties overall design approach to the challenge of resolving the complexity of design issues inherent in project parameters of design that apply to this project, philosophy of renovating a building that relates to the clients programmatic needs; partial solution should not be addressed at this time. (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 five renovation 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 five 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 in Kansas City, Missouri. 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 in Kansas City, Missouri. Stage II rankings will be used in conjunction with Stage I rankings to select the winning A/E Firm. The Government will provide a feasibility study to the Stage II short-listed firms. In developing the project team, the Lead A/E firm with their consultants must demonstrate at least 35% of the A/E contract services (based on total contract price), will be accomplished within the geographic area of the State of Iowa. If no production office exists prior to the award of the A/E contract, the selected firm and/or their consultants will be required to establish a production office within the geographic area of the State of Iowa within 45 calendar days after the award of the A/E contract. The designated geographic area criteria will carry a maximum weight of 5% of the total weight of all evaluation criteria in Stage II. 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 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: GSA, Office of Business & Support Services (6ADB), 1500 E. Bannister Road, Room 1160, Kansas City, Missouri 64131-3088 by 3:00PM local time, November 13, 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. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the modified SF-255, the A/E Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FBO announcement for Stage I Solicitation. In Block 11 of the modified SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. Interested offerors are required to obtain a Dun & Bradstreet, Inc., DUNS identification number and register their name in the Central Contractor Registration (CCR) database. If the offeror has not already been assigned a DUNS identification number, the offeror will be required to obtain a DUNS identification number prior to registration in the CCR. A DUNS identification number can be obtained by contacting Dun & Bradstreet, Inc., at phone (800) 333-0505. If the offeror is not currently registered in the CCR database, registration can be made via the world wide web at http://www.bpn.gov. Your CCR registration should take approximately 48 hours for processing and activation. 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. The North American Industry Classification System (NAICS) for this procurement is 541310. 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.
 
Place of Performance
Address: Federal Building, 210 Walnut, Des Moines, Iowa
Country: USA
 
Record
SN00446738-W 20031004/031002213235 (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.