|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681General Services Administration,GSA Center (10PP),400 15th Street
SW,Auburn, WA 98001-6599 C -- POKER CREEK JOINT USE BORDER STATION SOL GS-10P-96-LTC-0081 DUE
101696 POC Contact,Vincent J. Ryan,206/931-7699 Architect-Engineer (AE)
Services for New Construction for Joint United States/Canada Port of
Entry, Poker Creek AK, Little Gold Yukon Territory. The Joint Port of
Entry shall consist of the redevelopment and expansion of the existing
US and Canadian stations. The existing facilities will be expanded and
shall consist primarily of new construction of administrative areas,
inspection areas and residential units. Development of adjacent land is
required. The project shall be phased to allow for full operation of
the facilities through-out the project's duration. The facility will be
occupied by the USCS, USINS and Revenue Canada. Total construction cost
for the project is estimated at between $1,250,000 and $1,750,000. This
Port of Entry serves as symbolic entries into the United States and
Canada and must provide ''a visual testimony to the dignity,
enterprise, vigor, and stability of the American and Canadian
Governments.'' further, it must be an ''efficient and economical
facility'' built for the US and Canadian Inspection Agencies. The
objective of this selection process is to choose an excellent quality
Key Designer (lead designer) and Key Design Firm, supported by highly
qualified design professionals who will produce a project that
exemplifies design. The Key Designer must be a registered architect in
the State of Alaska and may be a member of the Key Design Firm. The
facilities will be designed and constructed in ''hard'' metric (System
International) units. The scope of AE Services under this proposed
contract may include, but may not be limited to, the following:
pre-design programming; site investigation (including geo-technical
surveys and analyses, topographical and boundry surveys); complete
design sevices; computer-aided design and drafting (CADD), working
drawings; specifications (GSA versions of AIA Masterspec/CSI format),
cost estimating (Uniformat level III/CSI Format), space planning,
exterior and landscape design, interior design, value engineering
services, post construction contract services and other required
supplemental services if required. The AE Selection will be completed
in two phases. The first phase (excellence slate selection) will
establish design excellence as the initial level of section. The second
phase will determine the project team (Key Design Firm plus
consultants) based on predetermined qualifications and will be the
final phase in the process. Phase 1: In this selection process, the Key
Designer and the associated Key Design Firm will, as a minimum, develop
the philosophy, design intent, and conceptual design for these
buildings. A short list of a minimum of three firms will be developed
based on this Request for Qualifications (RFQ) which will evaluate the
design excellence qualifications of the Key Designer and the Key
Design Firm. No other information shall be considered in the first
stage. Interested firms shall submit a letter of intent and Standard
Forms 254 and 255 for the Key Design Firm only. The selection shall be
based on the following information: (1) Past Performance on Design
(25%). For the Key Design Firm, submit 8''X10'' graphics (maximum of
three per project)and a typewritten description (maximum of one page
per project) of not more than five designs completed within the past
ten years. The narrative shall address the design, philosophy, and
intent for each project (include tangible evidence - affidavits,
certificates, publication notices, awards, peer recognition, etc.
demonstrating design excellence). (2) Philosophy and Design Intent
(35%). In the Key Designer's words, (maximum of three typewritten
pages), state overall design philosophy, approach to the challenge of
resolving design issues, and parameters that apply specifically to the
design of a facility in the Artic region of the country. (3) Profile
for Key Designer (15%). Submit a biographical sketch of no more than a
single page including education, professional experience, recognition
for design efforts inclusive of example identify and description of
areas of respsonsibility and commitment to this project. (4) Key
Designer Portfolio (25%. Submit 8'' X 10'' graphics (maximum of three
per project) and a typewritten description (maximum of one page per
project) of not more than three designs completed in the last ten years
attributed to the key designer. Narratives shall include a discussion
of design challenges and resolutions. Phase II: Following Phase I
selection, the successful offerors will develop the complete project
team and submit Standard Forms 254 and 255 which reflect the entire
project team. The Government will select the best qualified A/E team.
It is not necessary to resubmit information submitted in Phase I. The
Government will establish the criteria and date these submittals are
due and provide the selection criteria for the interviews and final
selection process, with the Phase I short list announcement. In
developing the project team, those offerors selected for Phase II
interviews are advised they must demonstrate the capability to perform
at least 70% of the Design Development and Contract Development
services within the State of Alaska. Interested parties may request
additional information on this project by contacting this office in
writing: General Services Administration, A/E Services Division (10PC),
400 15th Street South West, Auburn, WA 98001-6599, FAX # (206)
931-7395. Interested firms having the qualifications to meet these
requirements are invited to submit Standard Forms 254 and 255 along
with a letter of intent by 10/16/96. (0257) Loren Data Corp. http://www.ld.com (SYN# 0019 19960916\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|