SOLICITATION NOTICE
C -- Architect/Engineering Design Services for the Renovation of the Everett M. Dirksen Courthouse, Chicago, IL
- Notice Date
- 9/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
- ZIP Code
- 60604
- Solicitation Number
- GS05P04GBC0057
- Response Due
- 10/4/2004
- Archive Date
- 10/4/2005
- Point of Contact
- Robert Green, Contract Specialist, Phone 312-353-3308, Fax 312-353-9186, - Samantha Mehal, Contracting Officer, Phone 312-353-1323, Fax 312-353-9186,
- E-Mail Address
-
robert.green@gsa.gov, samantha.mehal@gsa.gov
- Description
- The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture with 4 floors of tenant fit-out (approximately 170,000 sf) for the U.S. District Court and systems upgrade of the Everett McKinley Dirksen U.S. Courthouse. Architect/Engineering (A/E) design services and the preparation of design documents are required for this modernization project. Designed by Ludwig Mies van der Rohe, the 30 story Dirksen Courthouse, located at 219 South Dearborn Street, Chicago, Illinois, was completed in 1964. The estimated total construction cost for the project is approximately $70,000,000 to $80,000,000. This is a Request for Qualifications (RFQ) of A/E Firms/Lead interested in contracting for this work. A/E firm, as used in this RFQ, is an association, joint venture, partnership or other entity that will have contractual responsibility for the project and be providing project management. The Lead Designer is the individual or design studio that will have primary responsibility for the design concept and the overall concept development and preservation plan. The project scope of work consists of tenant alterations, heating, ventilation, and air conditioning (HVAC) upgrades (renovation/replacement of the entire perimeter induction unit system), restroom renovation, fire-alarm replacement, and asbestos/lead based paint abatement. The tenant alterations will consist of building out of approximately 170,000 square feet of vacant space (4 full floors, 1 of which is partially occupied) to provide for increasing space requirements for court-related federal agencies. The design A/E selected under this solicitation will design the planned modernization and backfill as described including at a minimum: site and system verification, analysis of previous investigative reports, tenant programming and space design, design concepts, design development, construction documents, specifications, cost estimates, value engineering, partnering and PCCS (Post Construction Contract Start Services). Scope may include: presentation to the national historic officials for approval; coordination of previous analysis and work performed at the Dirksen Courthouse; review, documentation, and discussion with the CMc team to ensure a smooth and complete transition of the desired design direction; and other required supplemental services if so requested by the Government. This project will be designed following GSA?s ?Facility Standards for the Public Building Service?, the U.S. Courts Design Guide, the U. S. Marshal?s ?Requirements and Specifications for Special Purpose and Support Space Manuals?, as well as any other affected tenant-agency?s security requirements. This project will be designed to meet GSA energy goals and include sustainable design and construction practices using the LEED system as a guide. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the design capabilities of the A/E Firm and the Lead Designer experienced in the preservation of significant mid-twentieth century buildings. From the first stage, a minimum of three (3) A/E Design Firms will be selected for continuation into the stage two interviews. The short list will be based on the A/E Design Firm?s submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence within a historic modernist high-rise structure and will express its design approach and philosophy. In Stage 1, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8-1/2 x 11 inch format. The portfolio should include the following: 1. A cover letter referencing this FBO announcement and a brief description of the firm and its location, organizational makeup, and noteworthy accomplishments; 2. Standard Form 330 Architect ? Engineer Qualifications (Part I and Part II), modified to include only the information requested in this RFQ for Stage I. Identification of consultants is not required at this stage. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Design Firm shall submit 8 X 10 inch graphics (maximum of three per project) and a written description (maximum of one page per project) of projects completed within the past fifteen years. Submit NO MORE THAN five (5) relevant projects. The firms responding shall clearly demonstrate competence in HVAC renovation, fire alarm replacement, development of phasing plans for occupied facilities, and sensitive design treatment of mid-20th century heritage buildings and the solemn client functions as are found within the U.S. Federal Courts. The narrative shall address the design approach and salient features for each project (including evidence where possible such as certificates, awards, and peer recognition) and discuss how the historic preservation and design constraints were satisfied by the design solution. (2) LEAD DESIGNER AND ENGINEER?S PORTFOLIO (25%): The Lead Designer shall each submit 8 X 10 inch graphics (maximum of three per project) and a written description (maximum of one page per project) of three (3) relevant projects each completed within the last ten years directly attributable to the Lead Designers. Narrative shall include a discussion of design challenges and solutions and be a good indicator of how well the Lead Designer worked with a sensitive and important client. The sample relevant projects shall clearly demonstrate sensitive design treatment of mid-20th century heritage buildings. The narrative shall address the design approach and salient features for each project (including evidence where possible such as certificates, awards, and peer recognition) and discuss how historic preservation (if any) and design constraints were satisfied by the design solution. (3) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer?s words (maximum of two written pages), state his/her overall design philosophy and their approach to the challenge of resolving historic preservation issues, and parameters that may apply specifically to the renovation and repair of historic buildings. Also, discuss how design and the coordination of complex multiphase construction in occupied office buildings may affect their approach and design process. Include a discussion on how they would approach renovation work in sensitive, symbolic and secured spaces as found in the Federal agency spaces and judicial courtrooms and chambers. (4) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. Provide a client reference contact for each project, including name, title, address, phone and fax numbers. STAGE II: For Stage II, the short listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. In this stage, the entire project team will be evaluated. The firms will be required to complete Standard Form 330 Architect ? Engineer Qualifications (Part I and Part II) including consultant information. An interview with each project team will be included in this stage. During the interviews, A/E firms should be prepared to discuss all aspects of the evaluation criteria and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, professional qualifications, and team organization and management plan. The Government will establish the detailed Stage II evaluation criteria and the date these submittals are due. A brief period, approximately three weeks will be provided for the A/E Design Firm/Lead Designer/Mechanical Engineer to establish its team. In developing the Stage II team, A/E firms are advised that they will be evaluated on whether at least 35% of the design effort will be within the designated geographical area, which is the State of Illinois. Any business arrangement toward this goal must be in place prior to the submittal of Stage II information. This procurement is open to all business concerns. In accordance with 15 USC 631 et seq., the selected A/E firm will be required to provide the maximum practical opportunities to small, women-owned, minority-owned, HUBZone, Veteran-owned, small disadvantaged, and service disabled veteran owned businesses. The use of subcontractors/consultants shown in the SF 330 must be reflected in a subcontracting plan which will be included in the contract. The detailed plan should be submitted with the SF330 in Stage II. The small business size standard for this procurement under NAICS code 541310 is $4,000,000 based on average annual receipts for the preceding three (3) years. Contact your local SBA office for further information. Firms seeking consideration for this contact shall demonstrate a proactive effort to achieve the highest subcontracting goals possible. An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting six (6) complete copies of the entire Stage I submittal including the portfolios, SF330 (Information just of the Design firm), and a letter of interest identifying this announcement by solicitation number arriving at the designated location no later than OCTOBER 4, 2004 by 2:00 P.M. (Central Time). The information is to be submitted to the attention of Robert Green at GSA, PBS, Property Development (5PCO), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1696. The following information must be on the outside of each submittal package: (1) Solicitation No. and Title, (2) Due date and (3) Closing time. Late responses are subject to FAR provision 52.215.10. Each SF330 submitted must make the following certification as the last entry in Block 10: ?I hereby certify the firm (or joint firm) and consultants listed for this project meet the geographic locations stated in the FBO announcement for this solicitation.? A follow-up listing of firms to be selected for Stage II and interviews will appear as a modification to this synopsis posting. All other non-selected A/E firms and consultants interested in participating on the design team should submit a one page letter of interest only, which will be forwarded on to the short-listed firms. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS PROJECT. Award of this contract is contingent upon receipt of design funds and successful negotiation of a reasonable fee. THIS IS NOT A REQUEST FOR PROPOSAL. A-E firms will not be reimbursed for expenses or efforts under Stage I and/ or Stage II submissions.
- Place of Performance
- Address: Everett McKinley Dirksen U.S. Courthouse, 219 South Dearborn Street, Chicago, Illinois
- Zip Code: 60604
- Country: USA
- Zip Code: 60604
- Record
- SN00664718-W 20040904/040902213209 (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 |