Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

C -- Renovations and Additions to the U. S. Post Office/Courthouse/Custon House

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southeast Sunbelt Region (4PCC), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-06-EX-C-0121
 
Response Due
6/29/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation #GS-04P-06-EX-C-0121 Region: Southeast Sunbelt City: Atlanta State: Georgia Contracting Officer: Laurie Chestnut Phone Number: 404-331-4368 PROJECT: Renovations and Additions to the United States Post Office/Courthouse/Custom House, NC0011ZZ, New Bern, North Carolina BUILDING TYPE: United States Courthouse CLIENT AGENCIES: U.S. District Court, U.S. Bankruptcy Court, U.S. Attorney, U.S. Marshals Service, U.S. Probation, Public Defender SIZE: 37,954 GROSS SQUARE FEET PARKING SPACES: 53 OUTDOOR SPACES CONSTRUCTION BUDGET: $8,500,000.00 to $9,000,000.00 FUNDING: Funds are NOT currently available. GEOGRAPHIC LIMITATION: A/E firms are advised that at least 35% of the total level of contract effort must be performed in the State of North Carolina. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is a set-aside and restricted to small businesses. The NAICS Code is 541310; the size standard is no more than $12,000,000 gross receipts over a three (3) year period or no more than $4,000,000 gross average receipts per year over a three (3) year time frame. Small, women-owned, and small disadvantaged, HUBzone, Veteran-Owed and Service-Disabled Veteran Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Through the preservation and modernization of an historic federal building, this project continues the legacy of outstanding public architecture that was initiated with the founding of the nation. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation?s most talented architects, landscape architects, interior designers, and engineers to prepare our historic federal buildings for the next 50 ? 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balance aesthetics, cost, constructability, reliability and reduced energy consumption; create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design in accordance with GSA quality standards and requirements including P-100 (Facility Standards for the Public Buildings Service). As required by law, all facilities will meet Federal energy goals, including the new standards mandated by EPACT 2005, security requirements, and the Architecture Barriers Act Accessibility Standards. All projects will be LEED certified. PROJECT DESCRIPTION - The project requires renovations and additions to the 1933 U.S. Post Office/Courthouse/Custom House, located at 413 Middle Street, New Bern, NC 28360-0000. The PO-CT-CH is located in the New Bern Central Business District. This district is located within the historical district of New Bern, North Carolina. It is a three-story Georgian Revival style building clad with red brick veneer (laid in common bond) with limestone trim and a granite base. The steeply pitched roof is slate with copper-clad arched dormers at each end and a four-story wood cupola, painted white. The PO-CT-CH is listed on the National Register of Historic Places. The site is nearly level, elevated slightly above the street grade allowing drainage to the street. It is approximately 1.20 acres. To the rear of the building there is an asphalt paved parking area (13 assigned spaces of the 53 total outside spaces) and loading dock. The project proposes a complete renovation, alteration, and additions to the building in a manner sensitive to the historic nature and fabric of the building. The program is to maximize the building?s capacity to function strictly as a court facility and provide for the 30-year needs of the court. The project includes restoration of facade, improving ADA access, landscaping, roof repair, and building additions. There are also requirements to: restore, repair and provide for blast protection at courtroom windows; install a new sprinkler system, fire alarm, exit signage and emergency lighting; abate and remove hazardous materials; replace the existing elevator, add two new elevators; and upgrade the HVAC, electrical, and plumbing systems with a focus on reducing energy consumption. Historic interiors will be restored, and major portions of tenant-inhabited space will be rebuilt to meet the customers? requirements. This project will provide superior workplaces for civilian federal employees, and shall serve as an example of successful historic preservation while making a distinct architectural statement that is responsive to the existing character of the building. The design will follow the Secretary of Interior?s Standards for Rehabilitating Historic Buildings and Building Preservation Plan (BPP) guidance, respecting the historic character of the building while accomplishing the project requirements. GSA will contract separately during the design phase for Construction Manager Services. The Construction Manager will be an active participant in the design process to provide (in addition to the A/E): construction expertise, estimating and cost information, and functionality, including energy efficiency, and constructability reviews. SCOPE OF WORK - The facility will be designed using English units of measurement. The scope of professional services will require at a minimum: professional architectural, landscape architectural, engineering, interior design, and related consulting services for clear and concise communication of the design intent to contractors who will construct the work. The scope of work will require at a minimum: design development drawings, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, computer-aided design (CAD) and construction phase services (option to be exercised at a later date) for a facility that includes the renovations and alterations to the existing building and related systems, site development and parking, client program requirements, and sustainable, energy-saving features. The facility must be designed to meet the energy goal established by GSA. The design is also to include the GSA design standards for secure facilities; EPACT 2005 compliance; P100 (Facilities Standard for the Public Buildings Service); adherence to the Architecture Barriers Act Accessibility Standards; the Courts Design Guide requirements; the U.S. Marshals design requirements and any other agency specific guidelines as part of the design. The design of the facility shall include sustainable design and construction practices following the LEED format with a requirement for Certification and will incorporate total building commissioning as defined by GSA design guides. There will be a formal partnering process throughout the design and construction phases to promote successful project development and execution through voluntary commitments to accomplish established agreed-upon project objectives by all involved parties to their mutual benefit. This building is listed on the National Register of Historic Places. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO) and Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. Design submissions will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and solutions as they are developed. Every effort will be made to avoid adversely effecting original materials and design in the buildings restoration or preservation zones identified in the BPP. Alteration or removal of original materials and design requires special justification and a Memorandum of Agreement with the SHPO. The selected A/E firm will assist GSA in obtaining any required MOA?s. SELECTION PROCESS - This is a request for qualifications (RFQ) of A/E firms/lead designers interested in contracting for this work. The A/E firm as used in this RFQ means an individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design. The Lead Designer is the individual or the team of designers who will have primary responsibility to develop the concept and the project design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the State of North Carolina. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II. At that time, the following specialty consultants will be required for security, fire and life safety, asbestos abatement, audio-visual systems, lighting, acoustics, and water intrusion. The A/E selection will be completed in two stages as follows: In Stage I, interested Lead Designers and associated A/E firms will submit portfolios of accomplishment that establish the design capabilities of the Lead Designer and design firm. In Stage II, short-listed Lead Designer-A/E teams will be interviewed. Stage I - All documentation will be in an 8 ?? x 11? format. The assembled content for the Stage I portfolio should be no more than 1/4 inch thick. Submissions may be double-sided where feasible. The portfolio should include the following: a cover letter referencing the FBO announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications Part II, credentials of historic preservation specialist (see www.gsa.gov/historicpreservation>Project Management Tools>Qualification Requirements for Preservation Architects for more information on this topic); and responses to the submission requirements and evaluation criteria listed below. An A/E Evaluation Board consisting of a private sector peer and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. Identification of team members, other than the Lead Designer(s), is not required at this stage. Consultant and ?production firm? (if different from the Design Firm) information should not be included in the Stage I portfolio. Submission Requirements and Evaluation Criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Firm(s) will submit a portfolio of not more than five renovation projects completed in the last ten years (maximum of five pages per project). At least two projects should include restoration/conservation work and represent a history of commendable design work in the restoration/conservation specialty. The narrative shall address the design approach with salient features for each project and discuss how the client?s program, function, image, mission, economic, schedule, energy conservation, life cycle cost, and operational objectives were satisfied by the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project, including the integration of contemporary court functions and technology into an historic building. This section of the submission should include tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of four photographs must be included for each project. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer?s words (maximum of two pages), as related to this project, state: the parameters of an overall design philosophy; his/her approach to the challenge of historic public architecture and related issues including energy conservation; parameters that may apply in creating an effective approach to accommodating contemporary court uses in an historic building; and a commitment to integrated and sustainable design. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of the portfolio examples, and identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. Address his or her participation in each project. If a single designer, submit a portfolio of three projects completed in the last ten years (maximum of five pages per project). If the Lead Designer is a team, submit graphics and a description of two projects from each Lead Designer or Lead Design discipline. 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 efficiency, and operations and maintenance objectives were satisfied by the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project, including the integration of contemporary court functions and technology into an historic building. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1) Past Performance on Design, the Lead Designer will address his or her participation in the project. The Lead Designer shall demonstrate a history of commendable design work in restoration, conservation, and rehabilitation. 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. Sufficient time will be provided for the Lead Designer-A/E Design Firm to establish its team. The firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage I short-list announcement. A small business networking session will be scheduled after the short-listed firm notification with sufficient time set aside for the A/E Design Firm/Lead Designer to assemble the project team. In developing the project team for the Stage II submission, the A/E Firms are advised that at least 35% of the level of contract effort must be performed within the state of North Carolina. The office(s) meeting this 35% (minimum) requirement must have an active production office within the State of North Carolina established at least 90 days prior to the date of this announcement. As a member of the A/E team, the Architect of Record must be licensed in the state of North Carolina. The required license must be in place within 60 days of award of the contract. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the Lead Designer-A/E Team?s understanding of the unique aspects of the project, their design philosophy, project management process, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the Lead Designer-A/E Teams. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS - Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Standard Form 330 Architect Engineer Qualifications Part II, which must not be dated more than twelve (12) months before the date of this synopsis along with letter of interest and the portfolio TO: General Services Administration, Attention: Laurie Chestnut, Contracting Officer. Delivery Address: 401 W. Peachtree Street, NW, Suite 2500, Atlanta, GA 30308. Phone number: 404-331-4368. Email address: laurie.chestnut@gsa.gov. A Pre-Submittal Conference is scheduled for Thursday, June 15, 2006 at 8:30AM at the U. S. Courthouse, 413 Middle Street, New Bern, NC. Questions concerning this project must be submitted to the Contracting Officer not later than 2:00PM on June 22, 2006. The Government reserves the right not to address any inquiries received after that time. ALL SUBMISSIONS ARE DUE by 2:00PM EST on June 29, 2006. A total of five (5) copies should be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing time. Late responses are subject to FAR 52.208(b) (1). These services will be procured under the Brooks A/E Act and FAR Part 36. In this process the Government will award to the most highly qualified A/E Team with whom it can negotiate a fair and reasonable price. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. This is not a Request for Proposals.
 
Place of Performance
Address: New Bern, North Carolina
 
Record
SN01057714-W 20060527/060525221747 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.