Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

C -- C-Design Excellence Design of a Renovation of an Existing Post Office, Courthouse, San Antonio, Texas

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Central Texas Service Center (7PWC-FW), 819 Taylor Street, Room 12B14, Fort Worth, TX, 76102-6181
 
ZIP Code
76102-6181
 
Solicitation Number
GS-07P-04-UEC-1011
 
Response Due
1/14/2004
 
Point of Contact
Elizabeth Taylor, Contracting Officer, Phone 817-978-2779, Fax 817-978-7017,
 
E-Mail Address
liz.taylor@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
FBO Announcement for Two Phase A/E Selection Process C—Architect Engineering Services Solicitation # GS-07P-04-UEC-1011, San Antonio, TX This procurement is set-aside for/restricted to small business. The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering for the renovation of the San Antonio Post Office–Courthouse (PO-CT). Built in 1937, the PO-CT is listed on the National register of historic places. Located within the Central Business District on Alamo Square, at 615 E. Houston in San Antonio, Texas the building consists of 308,270 gross square feet with 28 inside parking spaces. GSA proposes tenant alterations and major structural, mechanical, electrical, and plumbing upgrades. This modernization will allow the U.S. Bankruptcy Court to expand within the building, along with several other agencies. Changes proposed include construction of a new bankruptcy courtroom, several training rooms for the AOUSC, and consolidation and expansion of other existing tenants. In addition, mechanical upgrades, restroom improvements, and fire safety improvements are included to make the building both more functional and modern for long-term housing of the proposed tenants. The unique aspects of the architecture of this period should be considered. The design must comply with General Services Administration (GSA) quality standards and requirements. GSA Greater Southwest Region, Solicitation No. GS-07P-04-UEC-1011. The Estimated Construction Cost range is between $25 to $35 million. The scope of work will require at a minimum: schematic design and 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 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 of 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 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 Texas. 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 team must include a qualified preservation architect who will be responsible for developing preservation design solutions and project documentation required for review by the State Historic Preservation Officer in compliance with the National Historic Preservation Act. 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 Designer. All documentation will be in an 8 1/2” 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 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 ONE 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 five 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 $10 million. The design work for the projects described by responding firms shall have scopes which clearly demonstrate competence in historic preservation, engineering design for office spaces, and mechanical, electrical, and fire safety similar in scope to that identified for the PO-CT. 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 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. Include in this discussion one to two projects that were renovated in a tenant occupied building. (3) Lead Designers Profile (15%): For each lead architect, 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 Designers’ 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 five 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 Designers will address their participation in the project. An A/E Evaluation Board consisting of a private-sector peer, 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 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 submitting five (5) copies of their submittals 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 12B, Fort Worth, TX 76102, Attention: Elizabeth Taylor, by 3:00 PM local time on the DUE date of this notice. 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 FBO 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 set-aside for/restricted to small business. The NAICS Code is 541310; the size standard is $4.0 million/year. An optional Walk-thru of the building will be held in at 615 E. Houston in San Antonio, Texas, on Wednesday, December 10, 2003 at 1:00 p.m. Meet in the Lobby of the building. Please email liz.taylor@gsa.gov with your company name, and the names of the attendees, no later than December 9, 2003. This is NOT a Pre-submittal conference, all questions should be emailed to liz.taylor@gsa.gov. Contract will be procured under the Brooks Act and F.A.R. 36. This is not a Request for Proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/7PWC-FW/GS-07P-04-UEC-1011/listing.html)
 
Place of Performance
Address: 615 E. Houston San Antonio, TX
Country: USA
 
Record
SN00579230-F 20040505/040503213448 (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.