Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
MODIFICATION

C -- A/E Design Services for HOTD - Upgrade II - Steam and Condensate Line Replacement

Notice Date
6/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P10MKC0069
 
Point of Contact
Tanuja Majety, Phone: 202-708-5249, Denise K. Avery-Craft, Phone: 202-205-5742
 
E-Mail Address
tanuja.majety@gsa.gov, denise.avery-craft@gsa.gov
(tanuja.majety@gsa.gov, denise.avery-craft@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Project Summary: The General Services Administration (GSA) announces an opportunity for Architecture and Engineering (A/E) Services. The Scope of A/E services will include: civil and mechanical engineering design; scheduling; cost engineering; value engineering; administrative coordination and integration of the various disciplines involved; construction phase services and CAD record documentation. CHANGED ON 04 JUNE 2010 TO READ AS: The GSA HEATING OPERATION AND TRANSMISSION DISTRICT (HOTD) ("Heating & Operation Transmission District" DELETED) steam system is located in the downtown area of Washington, DC. The proposed project consists of the replacement of old and deteriorated underground main steam and condensate lines in the system that are the direct buried main steam and condensate return service lines. It also includes other site work such as shoring, restoration of sidewalks, curbs and pavement, temporary lighting and temporary traffic controls. Replacing these lines will improve steam service reliability, and prevent future line ruptures. It will also substantially improve overall system efficiency through better-insulated lines, and increased condensate return to the heating plant. This project follows a FY 2006 prospectus project (HOTD Upgrade I), which consisted of the replacement of individual building steam service and condensate return lines. The first project, HOTD Upgrade I is replacing buried steam & condensate service lines that run between the main lines and individual Steam Service Customer buildings. The second project, HOTD Upgrade II will replace the buried Steam & Condensate Main Lines. The Buried Main Steam Service and Condensate Return Lines within the GSA-HOTD system are between 40 to 75 years old, well beyond their expected service life, causing a significant increase in repairs, poor reliability, lower energy efficiency and higher operation costs. The majority of the HOTD Upgrade II work will be performed underground; the total estimated project cost ranges between $20M and $30M, which includes an unforeseen site conditions/design contingency to compensate for the inevitable risks associated with underground utility work. The steam system being upgraded is not proprietary; however, the new work will connect to existing equipment and with any future system equipment. The General Services Administration (GSA) intends to solicit for full and open competition under the Brooks Act and Far Subpart 36.6, Architect-Engineer Services. The method of delivery for this project is traditional A/E Design/Bid/Build. SELECTION PROCESS: Stage I: This is a Request For Qualifications (RFQ) of Lead Designers and their A/E Design Firms. The A/E selection will be completed in the two stages as follows: The first Stage will establish the experience and capabilities of the A/E Design firm and Lead Designer. The A/E Design firm as used in this solicitation means any individual, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architecture or engineering. The Lead Designer is the individual (within the A/E Design Firm) or design studio (team of designers within the A/E Design Firm) that will have primary responsibility to conceive the design concept and develop the engineering systems. Interested A/E Design Firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Design firm and its Lead Designer. All documentation pages will be in an 8-1/2" x 11" format. The submission should include the following: a letter of interest referencing the FedBizOpps announcement number and briefly describing the A/E Design Firm and its Lead Designer; the Standard Form 330 Architect-Engineer Qualifications (utilizing the SF-330 (PDF version)) completed as follows: On page 1, complete items A & B. On pages 1-4, do not complete items C,D,E,F, and G. On page 5, item H, respond to the Stage I evaluation criteria stated in the announcement. Also sign and date page 5. Complete, sign and date page 6. Identification of Team Members (outside consultants/subcontractors - including any firm(s) added to form a joint venture with the A/E Design Firm) is not to be submitted at this stage. An A/E Evaluation Board consisting of a private sector peer, a representative or representatives of the HOTD, and GSA personnel will evaluate the submissions. The A/E Evaluation board will establish a shortlist of at least three A/E Design Firms. The Stage I shortlist will be published in FedBizOpps. Each Lead Designer and A/E Design Firm will be evaluated during this stage using the following Evaluation Criteria: (1) PAST PERFORMANCE ON DESIGN (35%) CHANGED ON 4 JUNE 2010 TO READ AS: The A/E design firm will submit graphics (maximum of three single-sided pages per project with maximum graphic size not to exceed (8-1/2" X 11") of not more than five construction projects, EACH ("exactly" DELETED) of which had a total construction cost exceeding $5 million, where the construction was completed not more than 10 yrs prior to the Stage I Submission due date. A narrative (maximum of two single sided pages per project) shall address the design and adaptive use approach with salient features for each project, and discuss how the client's program, function, image, mission, occupancy, economic, schedule and operational objectives - including energy conservation and life cycle cost strategies were satisfied by the overall planning/design/engineering solutions. The narrative should comment on the relevance of the submitted project to this project, and shall clearly identify those portions of the submitted projects for which the A/E Design Firm had responsibility. Include tangible evidence where possible such as certificates, award, peer recognition, etc., demonstrating design excellence. (2) PHILOSOPHY AND DESIGN INTENT (25%) In the Lead Designer's own words (maximum of two typewritten single-sided pages) state his/her overall design philosophy and approach to the challenge of public architecture and/or engineering, issues, and parameters that may apply to the project. (3) LEAD DESIGNER PROFILE (20%) Submit a biographical sketch for the Lead Designer or Design Studio (maximum of three single-sided pages) including education, professional experience, professional affiliations, and recognition of design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO (20%) Submit a portfolio representative of the Lead Designer's ability to provide excellent design work. Submit graphics (maximum of three single-sided pages per project) and a typewritten description (maximum of two single-sided pages per project) for up to three construction projects where the construction was completed not more than 10 years prior to the Stage I submission due date. 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, energy conservation, and operation and maintenance 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 criterion (1), the Lead Designer will address his or her participation in the project. STAGE II: In the second stage of evaluation, each of the short-listed Lead Designers and associated A/E Design firms will be notified and asked to submit more detailed information regarding the entire A/E Project Team. The A/E Project Team shall be considered to include the Lead Designer, A/E Design Firm, and ALL outside consultants/subcontractors (including any firm(s) added to form a joint venture with the A/E Design Firm) who will be involved in the project. On developing the A/E project Team, A/E Design Firms are advised that at least 35% of the level of contract effort must be performed in the National Capital Region (NCR), which includes the District of Columbia, the City of Baltimore, the counties of Montgomery, Prince Georges, Howard, Ann Arundel, and Baltimore in Maryland; the cities of Alexandria, Falls Church, Fairfax and Manassas, and the counties of Alexandria and Fairfax, Prince William, and Loudoun in Virginia. The Government will not allow payment for travel within the NCR, living expenses, computer time or hookups for the A/E Design Firm, any firm(s) added to form a joint venture with the A/E Design Firm, or any of the outside consultants/subcontractors. The A/E Design Firm must identify the contractual relationship with its Lead Designer and the entire A/E Project Team. A sufficient period of time will be provided for the short-listed A/E Design Firms to establish the entire A/E Project Team and to respond to the Stage II requirements. Those A/E Design Firms will resubmit a complete SF-330 for any firm(s) added to form a proposed joint venture with the A/E Design Firm, as well as for outside consultants/subcontractors included as part of the A/E Project Team, and a composite SF-330 that reflects the entire A/E project Team. The government will establish the criteria and procurement schedule for the Stage II evaluation. The Stage II evaluations will include an interview with members of the A/E Evaluation Board. Short-listed A/E Design Firms should be prepared to discuss all aspects of the Stage II evaluation criteria provided during the interview. The contact person for this solicitation is Tanuja Majety (TJ), Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, S.W., Room 2021, Washington, DC 20407, telephone (202)205-5781. The Contracting Officer is Vincent E. Matner, P.E. The procurement is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program (FAR 52.219.19). Before award of the contract, the selected firm (if not a small business (not more than $4,500,000 gross average annual sales receipts over the past three years)) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the GSA has established subcontracting goals of 37 percent of the total subcontract amount for Small Business as follows: 6 percent is for Small Disadvantaged businesses (SDB), 5 percent for Woman-Owned Small Businesses (WOSB), 3 percent for HUBZONE Small Businesses (HUBZ), 5 percent for Veteran-Owned Small Businesses (VOSB), 3 percent for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and 15 percent for Other Small Businesses. In support of GSA's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above subcontracting goals. The use of small business consultants/subcontractors will be reflected in a Small Business Subcontracting Plan to be submitted in Stage II. A/E Design Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, HUBZONE Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Woman-Owned Small business concerns in Stage II. The narrative shall not exceed one single-sided 81/2" x 11" typed page. Small, Small Disadvantaged, HUB Zone Small, Veteran-Owned Small, Service- Disabled Veteran Owned Small, and Women-Owned Small Business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS: A/E Design Firms and their Lead Designers having the capability to perform the services described in this announcement are invited to respond by submitting the SF 330 (for the A/E Design Firm) which must be dated not more than twelve (12) months before the date of this announcement, along with the letter of interest to : Vincent E. Matner, P.E., Contracting Officer, Bid Room # 1065, GSA/NCR, 7th & D Streets, S.W., Washington, DC, 20407. Stage I submittals are due no later than 2:00 P.M. local time on the response date of this announcement. ONE ORIGINAL AND EIGHT COPIES are required (identify one copy as the ORIGINAL). The following information shall be placed on the outside of the sealed envelope(s): 1) Solicitation Number/Title; 2) Due Date: 3) Closing time. Late responses are subject to FAR provision 52.214.7. This contract is being procured under the Brooks Act and FAR Part 36. In this process, the Government will award to the most highly qualified A/E Project Team with whom it can negotiate a fair and reasonable price. Award is subject to the availability of funds. This is not a request for proposals. For questions please contact Tanuja Majety (TJ), Contract Specialist, 202-708-5249, Email: Tanuja.Majety@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0069/listing.html)
 
Place of Performance
Address: The Heating and Operational Transmission District (HOTD), Metro Washington, Washington, District of Columbia, 20007, United States
Zip Code: 20007
 
Record
SN02169218-W 20100606/100604235221-dd259983d62a7737f3f088999d414d42 (fbodaily.com)
 
Source
FedBizOpps 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.