Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

C -- A/E Services for Systems Upgrades, John Minor Wisdom U.S. Court of Appeals

Notice Date
1/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Eastern Service Center (7PE), 819 Taylor Street, Room 12A08, Fort Worth, TX, 76102-6181
 
ZIP Code
76102-6181
 
Solicitation Number
GS-07P-04-UUC-1003
 
Response Due
3/2/2004
 
Point of Contact
Pamela Lackey, Contracting Officer, Phone (817) 978-7335, Fax (817) 978-7194,
 
E-Mail Address
pam.lackey@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public Architectural-Engineering for performance of Architectural-Engineering Design Phase services for the John Minor Wisdom U. S. Court of Appeals Building in New Orleans, Louisiana. This procurement is set-aside for small business concerns. NAICS code for this procurement is 541310, $ 4 million. The John Minor Wisdom building is located at 600 Camp Street in the Central Business District of New Orleans, Louisiana. It was completed in 1915 as the city’s main post office and Federal courthouse. It served the public with these functions for almost 50 years. Since 1972 the Fifth Circuit U.S Court of Appeals has occupied the building. The building was placed on the National Register of Historic Places in 1974. The three-story building provides 246,280 gross square feet for approximately 172 employees. Parking is provided in the basement for 50 vehicles. GSA proposes to replace vital building systems that have exceeded their life expectancy and are critical to the safe and efficient operation of the building. Modifications to the electrical system will include replacement of transformers and panel boards. Upgrades to the mechanical components of the HVAC system include replacement of air handling units, rezoning ductwork, reworking of HVAC controls, and pipe and duct asbestos abatement. Plumbing system modifications include replacement of fixtures and the domestic water system. Architectural work will include renewing corridor and stair finishes, renovating toilet rooms, and providing handicapped signage, telephones, and drinking fountains. GSA Greater Southwest Region, Solicitation No. GS-07P-04-UUC-1003. The Estimated Construction Cost range is between 5 to 10 million dollars. Designed by the distinguished New York architectural firm of Hale and Rogers, the Wisdom Court of Appeals Building was listed on the National Register of Historic Places in 1974. It is an imposing, monumental structure, one of the most significant in New Orleans. The building occupies an entire city block; its white marble exterior is a well proportioned example of Italian Renaissance revival architecture. Each of the building’s four corners is treated architecturally as a pavilion, including a large distinctive sculpture group at the top, known as the “Ladies”. 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). 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. A lead engineering as well as a lead architectural designer will be required. The Lead Designers (Architect and Engineer) are the individuals that will have primary responsibility for the project design. The A/E Firm must address the contractual relationship with the Lead Designers and their 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 State of Louisiana. 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 five (5) copies of portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designers. 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. 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, two of which include treatment of historic issues, 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 3 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, and architectural handicap accessibility design similar in scope to that identified for the Wisdom Court of Appeals Building. B. Demonstrate evidence of sophisticated solutions to complex problems (including phased construction in occupied buildings) and response to programmatic requirements and owner constraints (including budget and schedule). C. 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 from the engineering and architectural lead designers, 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 including schedule and budget. Include in this discussion one to two projects that were renovated in a tenant occupied building. (3) Profile (15%): For each lead architect and lead engineer on the Team, submit a biographical sketch (maximum of three pages) including education, professional experience, registration, 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 each the engineering and architectural 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 (including owner’s budget), 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 Designers will address their participation in the project. An A/E Evaluation Board consisting of private-sector peer 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 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 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 providing five(5) copies of their submittal which will include 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 12A8, Fort Worth, TX 76102, Attention: Pam Lackey, (7PE) no later than 3:00 PM local time on March 2, 2004. 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 FAR 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). Contract will be procured under the Brooks Act and FAR 36. This is not a Request for Proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PE/GS-07P-04-UUC-1003/listing.html)
 
Place of Performance
Address: 600 Camp Street New Orleans, LA
 
Record
SN00513560-F 20040201/040130214806 (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.