Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOURCES SOUGHT

R -- A/E Services for Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, NY

Notice Date
6/1/2004
 
Notice Type
Sources Sought
 
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-0023(N)
 
Response Due
7/1/2004
 
Point of Contact
Joan Ryan, Supv. Contract Spec., Phone (212) 264-7469, Fax (212) 264-0588,
 
E-Mail Address
joan.ryan@gsa.gov
 
Description
The General Services Administration (GSA), Northeast Caribbean Region announces an opportunity for Design Excellence in Public Architecture for the performance of Architect-Engineering (A-E) Design services for the Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, New York, NY. This work will be performed in accordance with GSA Quality Standards and Requirements. Solicitation No. GS-02P-04-DTC-0023(NEG), Project No. INY04002. The building is listed on the National Register of Historic Places and is also listed as a New York City Landmark. The 718,180 gross square foot building consists of a 6-story base plus a lower lobby floor, a mechanical basement and a 26-story tower, which includes two mechanical floors at the top of the tower. The building contains twenty-three courtrooms, forty-four judges? chambers and court-related office spaces. The building will be vacated by all the tenant agencies during the entire construction period. The Estimated Construction Cost Range for this Major Infrastructure Upgrade project is between $145,000,000 and $155,000,000. The design responsibilities will include, but will not be limited to, the following: architectural historic preservation, exterior fa?ade and window repairs, roof replacement and repairs, HVAC system replacement and upgrade, electrical power distribution/grounding system/lighting systems replacement and upgrade, emergency power system replacement and upgrade, telephone/data systems replacement and upgrade, building management system upgrade and expansion, domestic water/sanitary/storm water systems replacement, fire protection system upgrade and expansion, security screening and security system upgrades, freight elevator extension, interior space repairs incidental to the mechanical/electrical/plumbing work and projected US Courts? housing plan growth, public restrooms modernization, building egress/circulation corrections, corridor/lobby restorations, bulk demolition/hazardous materials removal, freight/loading dock upgrades, mailroom alterations and upgrade, re-keying to a grand mastering system and signage upgrades. The Scope of A-E Services under this Firm-Fixed Price Contract will include, but will not be limited to: Field Inspections, Surveys, Energy Conservation Analysis, Examinations, Sampling and Testing, Architectural/Engineering Design, Preparation of Specifications (AIA Masterspec/CSI format) and CAD drawings for Construction Documents, Value Engineering, Cost Estimating (Uniformat /CSI format), Space Planning, Interior Design, Tenant Build-out, Optional Construction Phase services which include; Building Commissioning, Post Construction Contract Services (PCCS), Construction Inspection Services (CIS), A-E Monthly Site Visits, As-built Drawings; and other related services. This project is to include GSA standards for secure facilities, as well as, specific tenant-agency security requirements. 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 conceive the design concept and the facility?s architecture. The A-E Firm must address its contractual 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. The government will not allow payment for travel, living expenses, or computer hookups for the prime firm or any consultants. If the A-E 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 both the Stage I and II submittals. 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 1: The first stage will establish the Architectural, Historic Preservation Specialist, and Mechanical/Electrical Engineering Design capabilities of the A-E Firm and the Lead Designer. In the first stage, a minimum of three (3) to six (6) A-E firms will be short listed for further consideration. The short list will be based on the A-E Firms? Stage I submittals in response to this RFQ. The Mechanical/Electrical requirements are a large portion of the total scope of this project. It is essential that the A-E Firm include in its Stage I submission its primary team of Architects, Historic Preservation Specialists and Mechanical/Electrical Engineers that will have the primary responsibility to conceive the design concepts and methods of accomplishing them. Therefore, identification of the team?s Lead Designers in these disciplines is required at this stage. The A-E Firm will provide specific evidence of its capabilities to deliver Design Excellence in Historic Preservation Design and Engineering and will express its design approach and philosophy. In Stage I, interested A-E firms will submit portfolios of accomplishments that establish the design capabilities of the A-E Firm and the Lead Designers. All documentation will be in an 8 ?? x 11? format. The portfolio should include the following: A cover letter of interest referencing this FedBizOpps announcement and a brief description of the A-E Firm and its location, its organizational makeup, its contractual relationship with the Lead Designers, its ability to manage the design and production of the construction documents and its noteworthy accomplishments. The portfolio should also include Standard Form 330, Part I- ?Contract ?Specific Qualifications? and Part II ? ?General Qualifications? (for the A-E Firm), which 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 pages per project) and a typewritten narrative (maximum of one page per project) of not more than seven designs completed within the past 10 years. Of these designs, three (3) projects shall demonstrate architectural historic preservation accomplishments in buildings determined eligible for, or listed in, the National Historic Register, two (2) projects shall demonstrate mechanical engineering accomplishments, in buildings determined eligible for, or listed in, the National Historic Register, and two (2) projects shall demonstrate electrical engineering accomplishments in buildings determined eligible for, or listed in, the National Historic Register. Single projects demonstrating multiple accomplishments are acceptable. The narrative shall address the design approach and salient features for each project and discuss how the clients' design, economic, schedule and operational objectives were satisfied by the design solution. Where possible, include tangible evidence demonstrating design excellence, such as certificates, awards, peer recognition, etc. Provide a client contact for each project, including name, title, address, phone and fax numbers. (2) Philosophy and Design Intent (25%) - In the lead designers? words, (maximum of two typewritten pages for each architectural, historic preservation, mechanical and electrical engineering discipline) state his or her overall design philosophy and approach to the challenge of resolving design issues and parameters that apply specifically to the modernization of Courthouse buildings with a focus on the unique aspects of installing state of the art and flexible utility systems in buildings determined eligible for, or listed in, the National Historic Register. (3) Lead Designer?s Profile (15%) (Architectural, Historic Preservation Specialist, Mechanical and Electrical Engineering) - Submit a biographical sketch (maximum 3 pages) including education, professional experience, and recognition for design efforts, inclusive of examples on similar projects for each Lead Designer. Identify and describe areas of responsibility and commitment to each project. (4) Lead Designer?s Portfolio (25%) (Architectural, Historic Preservation Specialist, Mechanical and Electrical Engineering) - Submit a portfolio representative of each Lead Designer?s ability to provide design excellence. The portfolio shall consist of a typewritten narrative (maximum of one page per project) of up to two (2) 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). Where possible, include tangible evidence demonstrating design excellence, such as certificates, awards, peer recognition, etc. An A/E Evaluation Board consisting of a private sector peer and representatives of the U.S. Courts 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 2: In this stage, the entire project TEAM, including the A-E Firms short-listed in the first stage, their 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 prime firm and each proposed consultant. The Government will establish the evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process in the Stage I short list announcement published in the FedBizOpps. Sufficient time will be provided for the A-E firms to establish full project teams. It is encouraged that the project team should include small, small disadvantaged, women-owned small, HubZone and small service disabled veteran-owned small business concerns. This stage will include an interview with each project team. 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 philosophy, possible approaches in carrying out the project and project management. This procurement is being issued under the Small Business Competitiveness Demonstration Program, and will be open to both small and large business concerns. Before award of the contract, the A-E firm (if not a small business of $4,000,000 gross average sales/receipts for 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 General Services Administration has established subcontracting goals of 39% for Small Business, 6% 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 ONE SUBMITTALS: A Scope of Work may be obtained from: Joan Ryan, Contracting Officer at 212-264-7469. Email address: joan.ryan@gsa.gov. A Pre-Submittal Conference will be held in the Thurgood Marshall U.S. Courthouse, 40 Centre Street, Room 307, New York, NY, at 10:00 a.m., on June 10, 2004 to discuss the project and address any questions or concerns. A walk through of the building will follow. If you plan on attending this conference, and/or attending the walk through, you must notify Ms. Ryan at the telephone number or email address listed above, by June 8, 2004. Cameras will not be permitted in the Courthouse. In addition, cell phones will be held by 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) completed copies of all documents for Stage I (including Standard Form 330, Part I ?Contract-Specific Qualifications and Part II ?General Qualifications? for the A-E Firm AND a cover letter of interest) TO: General Services Administration, 26 Federal Plaza, Room 18-130, New York, NY 10278, by 4:00 pm local time on July 1, 2004. The following information MUST be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-04-DTC-0023(N)/A-E Services for Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse, 40 Centre Street, NY. 2) Due Date: July 1, 2004, 3) Closing Time: 4:00 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 FedBizOpps announcement for this STAGE I Request for Qualifications. The contract will be procured under the Brooks Act and FAR Part 36. Submissions delivered to the issuing office will not be accepted. Award of the contract will be contingent upon availability of funds. This is not a Request for Proposal.
 
Place of Performance
Address: Thurgood Marshall U.S. Courthouse, 40 Centre Street, New York, NY
 
Record
SN00595434-W 20040603/040601212130 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.