Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOLICITATION NOTICE

C -- A/E Engineering Services for the Modernization of the existing Peter W. Rodino Federal Building, 970 Broad Street, Newark, NJ

Notice Date
7/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-04-DTC-0031N
 
Response Due
8/26/2004
 
Point of Contact
Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, - Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588,
 
E-Mail Address
miriam.lopez-rivera@gsa.gov, miriam.lopez-rivera@gsa.gov
 
Description
The General Services Administration (GSA), Northern Caribbean Region, Public Buildings Services, Property Development Division, announces an opportunity for Design Excellence in Public Architecture for the performance of Architect-Engineer (A-E) services required for the Modernization of the existing Peter W. Rodino Federal Building, 970 Broad Street, Newark, New Jersey. This work will be performed in accordance with GSA Quality Standards and Requirements. Solicitation No. GS-02P-04-DTC-0031 (N), Project No. INJ 04003. The building is a sixteen-story structure with a basement and sub-basement and a gross area of 43,452 square meters (467,544 square feet), and it houses federal tenants. The estimated construction cost range for the renovation is $50,000,000 to $60,000,000. The project design shall require maintaining the operation of all existing systems in the occupied building during construction. The design will include, but not be limited to the following, repair of the facade, interior construction, plumbing, HVAC, rest rooms, fire protection, electrical systems-lighting and power, non-structural seismic upgrade and hazardous material remediation. The scope of A-E services under this Fixed Firm Price Contract will include, but will not be limited to: Field Inspections; Surveys; Studies coordinating with regulatory agencies; Energy Conservation Analysis; Examinations; Sampling and Testing; Architectural and Engineering Design; Preparation of Specifications (AIA Masterspec/CSI format), and CADD drawings for Construction Documents; Value Engineering; Cost Estimating (Uniformat Level III/CSI format) for phased contract documents; Space Planning; Interior Design; Tenant Build-out; Post Construction Contract Services (PCCS)(OPTION); Site Visits (OPTION); As Built Documents (OPTION); Partnering during Construction (OPTION); Commissioning (OPTION); Construction Phase A-E Services; Inspection Services; Record Drawings; and other related services. The facilities will be designed and constructed in "hard" metric (System International) units. This is a Request for Qualifications (RFQ) of A/E Firms and their 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 legal entity that will have a contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to concieve the design concept and the facility's archtecture. The A/E Firm must address its contractural relationship with the Lead Designer, and the firm's ability to manage the design and production of the construction documents. In developing the project team required for Stage II, A/E firms are advised that at least 35% of the level of contract effort must be performed within a seventy five (75) mile radial distance from Columbus Circle, New York, NY. Any such office must have been in operation as of the date of this announcement.” The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants. If the "A-E Design Firm" is comprised of a partnership, corporation, association, or other legal entity permitted by the law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in the Stage I and II submittal. This entity must be in place at the time of contract award. The A-E selection will be completed in two stages as follows: Stage I: The first stage will establish the Architectural, Structural and Mechanical/Electrical Engineering Design capabilities of the A-E firm and the Lead Designer. The Structural/Electrical requirements are a large portion of the total scope of this project. It is essential that the A-E Design firm include in it's Stage 1 submission its primary team of Architects, Structural, Mechanical/Electrical, and Registered Fire Protection Engineers that will have the primary responsibility to conceive the design concepts and methods of accomplishing them. In the first stage, a minimum of three (3) to six (6) A-E design firms will be short listed for further consideration. The short list will be based on the A-E design firms Stage 1 submittals in response to this Request for Qualifications (RFQ). In Stage 1, interested A/E firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Firm and the Lead Designer(s). All documentation will be in an 8 1/2" x 11" format. The portfolio should include the following: a cover letter of interest referencing the FedBizOpps announcement and a brief description of the A/E firm and its location, organizational makeup, its contractual relationship with the Lead Designer(s), its ability to manage the design and production of the construction documents and its noteworthy accomplishments. The A-E design firm will also provide specific evidence of its capabilities to deliver Design Excellence in Engineering and will express its design approach and philosophy. If the A-E design firm is a partnership, corporation, association, or other legal entity, the proposed working and legal relationships between its components is to be briefly described. The A-E design firm will also identify its lead designer for the project. Interested firms shall submit a letter of intent and modified Standard Forms (SF) 330, Part I - Contract - Specific Qualifications for the proposed project team and SF 330, Part II - General Qualifications for the prime firm and each proposed consultant (if any). The SF-330 must be dated not more than twelve months before the date of this synopsis. Project qualifications submitted by each firm will be reviewed and evaluated by an A/E Evaluation Board based on the following EVALUATION CRITERIA: 1. Past Performance of Design (35%) - The A-E firm shall submit 8"x10" graphics (maximum of three per project) and a typewritten description (maximum of one page per project) of not more than seven designs completed within the past 10 years. Two (2) projects shall demonstrate structural engineering accomplishments. Two (2) projects shall demonstrate electrical/mechanical and two (2) projects shall demonstrate architectural accomplishments. Demonstrate Experience with Projects of this magnitude in occupied buildings. Projects with multiple accomplishments are acceptable. The narrative shall address the design approach and salient features for each project (include tangible evidence where possible i.e. certificates, awards, peer recognition, etc. demonstrating design excellence.) and discuss how the clients' design, economic, and operational objectives were satisfied by the design. 2. Philosophy and Design Intent (25%) - In the lead designer's words, (maximum of two typewritten pages for each architectural, structural, electrical and mechanical engineering discipline), state his or her overall design philosophy, approach to the challenge of resolving design issues, and parameters that apply specifically to the modernization of office buildings. 3. Lead Designers (Architectural, Structural, Electrical and Mechanical Engineering) Profiles (15%) - Submit a biographical sketch including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to this project. 4. Lead Designers (Architectural, Structural, Electrical and Mechanical Engineering) Portfolios (25%) - Submit a typewritten description (maximum of one page per project) of not more than three (3) designs completed in the last 10 years attributed to each lead designer. Narratives shall include a discussion of design challenges, resolutions, and 8"x10" graphics (maximum of three per 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 minimum of three (3) to six (6) A/E firms to be short-listed. Stage II: In this stage, the entire project TEAM, including the "A-E Design Firms" selected in the first stage, its designated lead designers, and ALL the consultants who will work on the project will be evaluated. The "A-E Firms" will submit a composite Standard Form 330, Part I - Contract - Specific Qualifications that reflects the entire project TEAM. In addition Standard Form 330 Part II - General Qualifications will be submitted for the firm and each proposed consultant. The Government will establish the criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process, with the Stage 1 short list announcement published in the FedBizOpps. Sufficient time will be provided for the "A-E Firm" to establish the project team. It is encouraged that the project team includes small, small disadvantaged, women-owned small, HubZone, small service disabled veteran-owned and minority-owned businesses. An interview with each project team will be included in this stage. The A/E Evaluation 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 pholosophy, possible approaches in carrying out the project and project management. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19), and will be open to both small and large business concerns. Before award of the contract, the A-E (if not a small business of $4,000,000 gross over 3 years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39% for Small Business, 5% for Small Disadvantaged Businesses, 5% for Women-Owned Small Business, 3% for Hubzone Small Business, and 3% for Service Disabled Veteran-Owned Small Business concerns. In support of the agency's effort, A/E firms seeking consideration for this contract shall demonstrate a proactive effort in achieving these goals, and will place subcontracts to the maximum practical extent with the small business categories listed above. The use of consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. FOR STAGE I SUBMITTALS: A complete Scope of Work may be obtained from Mrs. Miriam Lopez-Rivera, Contracting Officer, at the General Services Administration, Public Buildings Service, Property Development Division, Acquisition Services Branch, Room 1639, 26 Federal Plaza, New York, NY 10278. Telephone Number: (212)264-9491. Fax Number: (212)264-0588. E-mail address: miriam.lopez-rivera@gsa.gov. A Pre-Submittal Conference will be held at the Peter Rodino Federal Building, 970 Broad Street, Newark, NY, at 10:00 a.m. on August 12, 2004 to discuss the project and address any questions and/or concerns. If you planned to attend this conference, you must notify Mrs. Lopez-Rivera at the telephone number, by Fax or E-mail address listed above, by August 10, 2004. NOTE: Cameras and video equipment will not be permitted in the Office Building. In addition, cell phones will be turned over to security while participants attend the conference. Firms having the capacities to perform the services described in this announcement are invited to respond by submitting five (5) copies of all documents for Stage 1 (including completed Standard Form 330, Part I - Contract - Specific Qualifications and Standard Form 330 Part II - General Qualifications for the "A-E Team" along with a letter of interest TO: General Services Administration, 26 Federal Plaza, New York, NY 10278 Room 18-110 by 3:00 pm local time on August 26, 2004. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number: GS-02P-04-DTC-0031N/A/E Services for the Modernization of the existing Peter W. Rodino Federal Building, 970 Broad Street, Newark, New Jersey. 2) Due Date: August 26, 2004 3) Closing Time.: 3:00 p.m., local time. Late responses are subject to FAR Provision 52.214-7. In block 9 of the Standard Form 330, Part II, (Page 6) specify only current W-2 payroll (non-contract) personnel of each firm. In block F, G & H of the Standard Form 330, Part I, the “A-E Firm” MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FedBizOps announcement for this STAGE I Request for Qualifications. Small, small disadvantaged and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with others 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. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. NOTE: SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. 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 (22-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-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/2PCB/GS-02P-04-DTC-0031N/listing.html)
 
Place of Performance
Address: Peter W. Rodino Federal Building 970 Broad Street Newark, NJ
Country: USA
 
Record
SN00684867-F 20041001/040929212906 (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.