Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

C -- A/E SERVICES, NEW LOS ANGELES FEDERAL BUILDING AND COURTHOUSE

Notice Date
November 21, 2000
Contracting Office
GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102
ZIP Code
94102
Solicitation Number
GS-09P-00-KTC-0088
Point of Contact
Greg McSweeney (415) 522-3121
Description
The following firms have been selected to be on the shortlist for Solicitation GS-09P-00-KTC-0088, New United States Courthouse, Los Angeles, CA. These Design Firms/Lead Designers are invited to continue on to the Stage II of the Design Excellence process. The firms are as follows: Steven Ehrlich Architects, Richard Meier & Partners, Kohn Pedersen Fox, Cannon Dworsky, Rafael Vinoly Architects, Skidmore Owings & Merrill, Perkins & Will, and Zimmer Gunsul Frasca. The shortlisted Design Firms/Lead Designers will participate in a networking session for A/E's and consultants on December 7, 2000 at 300 North Los Angeles Street, 8th Floor, Room 8529, at 10:00am. Representatives of the firms will give a short description of the firm's potential teaming opportunities. They will then be available to meet with potential consultants. Small, Small Disadvantaged, and Women owned businesses are encouraged to participate in the networking session. This session is intended to assist the short-listed firms meet the established minimum goals for sub-contracting. In the second stage of evaluation, each of the short listed firms will submit information for the total PROJECT TEAM for review. The Project Team shall be considered to include the A-E design firm, their designated lead designer, and ALL consultants who will be involved on the project. Responses must include SF 254 for all joint venture and /or consultants and a composite SF 255 for the proposed team. The lead A-E design firm may be composed of a partnership, corporation, joint venture or other legal entity permitted by law to practice architecture/engineering in the United States. Describe the firm's organization and include a complete description of the proposed internal components, responsibilities of each component as related to this project as well as relationship/responsibilities to outside consultants and clients (GSA). Qualifications submitted by each firm will be reviewed and evaluated during this stage using the following CRITERIA: (1) TEAM PAST DESIGN PERFORMANCE (50%) The project team shall submit graphics and written description of 3 new construction projects completed in the last five (5) years. The project team shall demonstrate that the team as a whole has experience with interview topic issues (e.g., community context, design image, function, sustainable design, team organization, and commitment of Lead Designer.) Demonstrate the project team has experience on projects of similar complexity and value to this project and can work together successfully. . All project information must include client contact person and telephone number. References will be checked at random. (2) TEAM ORGANIZATION and MANAGEMENT PLAN (30%) The A-E shall identify key roles, lines of communication, and means to integrate client and community input, explain quality and cost control plans, the physical location of major design and production work, the coordination plan for consultant work, and the work to be produced in remote offices. (3) PROFESSIONAL QUALIFICATIONS (15%) The A-E will provide key personnel resumes (as a minimum, include the following: Lead Designer, Project Manager, Project Architect, Structural, Electrical, Mechanical Engineers, Blast, Seismic and Courts consultants), SF-254s and composite SF-255s. In Block 10 of the SF-255, the A-E must sign (name and title), and date the submittal. (4) GEOGRAPHIC LOCATION (5%) The Design team shall demonstrate that at least 35% of the A-E contract services will be accomplished within the State of California, preferably the Los Angeles/Orange County area. The Stage II evaluations will culminate with an interview with the A-E Evaluation Board. The Stage II evaluations will be used in conjunction with Stage I evaluations to determine which firms will be invited to participate in Stage III. The procurement is open to both large and small business under the Small Business Competitiveness Demonstration Program. Before award of the contract, the A-E (if not a small business with $4M gross average sales receipts for the past three years) shall be required to present an acceptable 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 national subcontracting goals of 40 percent for Small Businesses, 5 percent for Small Disadvantaged Businesses, and 5 percent for Small Woman-Owned Businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in the Subcontracting Plan to be submitted with the Stage II submittal. Firms must provide a brief written narrative of outreach efforts made to utilize Small Business, Small Disadvantaged Business and Small Woman-Owned Business concerns during Stage II. The narrative shall not exceed one page. An acceptable subcontracting plan must be agreed to before award. Small Business, Small Disadvantaged Business and Small Woman-Owned Business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with Small Business, Small Disadvantaged Business and Small Woman-Owned Business firms as a part of their originally submitted teams. Submittals for Stage II will be due January 10, 2001, 4 p.m. Submittals must be sent to General Services Administration, Property Development, 3rd Floor West, San Francisco, CA 94102. Submittals should be made to the attention of Greg McSweeney. . Please mark the package with Solicitation Number GS-09P-00-KTC-0088. Submissions delivered or received after this date will not be accepted. It is recommended that each firm confirm receipt of its submittal on January 10, 2001 by calling Greg McSweeney at (415) 522-3121. Award of this contract is contingent upon Congressional funding approval. If you have any questions regarding either the networking session or the submittal process, please call Greg McSweeney at, (415) 522-3121.
Record
Loren Data Corp. 20001124/CSOL001.HTM (W-326 SN5072G0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com