Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

C -- GSA Design Excellence Solicitation for an Architectural Engineering Firm

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P06GBC3010
 
Response Due
6/28/2006
 
Archive Date
7/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
C ? Architect Engineer Services ________________________________________ ________________________________________ MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect and Engineer C-Architect-Engineer Services Solicitation # GS05P06GBC3010 Region: Great Lakes City: Columbus State: OH Contracting Officer: Bobbie Tyler Phone Number: 312-886-7875 PROJECT: Kinneary U.S. Courthouse ? Exterior Improvements, Columbus, Ohio BUILDING TYPE: Courthouse CLIENT AGENCY: U.S. Courts SIZE: 318,258 Sq. Ft. PARKING SPACES: Indoor: 67, Exterior: 36 BUDGET: $8,000,000 to $18,000,000 FUNDING: Funds Are Not Currently Available GEOGRAPHIC LIMITATION: N/A SMALL BUSINESS SET ASIDE: 100% PERCENT SET-ASIDE General Information Document Type: GSA Design Excellence Solicitation for Lead Design Architect and Engineer Solicitation Number: GS05P06GBC3010 Posted Date: May 30, 2006 Original Response Date: June 29, 2006 Current Response Date: June 29, 2006 Original Archive Date: July 26, 2006 Current Archive Date: July 26, 2006 Classification Code: C -- Architect and engineering services Naics Code: 541330-- Architectural Services Contracting Office Address General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604 Description GSA Design Excellence Solicitation for an Architectural Engineering Firm FOR THE J.P. KINNEARY U.S. FEDERAL COURTHOUSE, COLUMBUS, OHIO Architect Engineer Services Solicitation #GS05P06GBC3010 Columbus, Ohio Through the preservation and modernization of an historic building, this project continues the legacy of outstanding public architecture. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation?s most talented designers and artists to prepare our historic federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and gives 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 (Facilities Standards for the Public Buildings Service). As required by law, all facilities will meet federal energy goals, security requirements, and the requirements of the Architecture Barriers Act Accessibility Standards. PROJECT DESCRIPTION: Architect/Engineering (A/E) design services are required for the restoration and improvements to the building exterior, for an accessibility entrance and other improvements to the J.P. Kinneary U.S. Courthouse, 85 Marconi Boulevard, Columbus, Ohio 43215. The 5 story building was constructed in 1934 and contains approximately 318,258 gross square feet with parking. The design must follow the Secretary of the Interior?s Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and Building Preservation Plan (BPP) guidance, respecting the existing historic character of the building while accomplishing the project requirements. The building houses 165 federal employees from the US Courts, US Attorney, US Marshals and other miscellaneous agencies. The estimated total construction cost for the project is estimated to range between $8,000,000 and $18,000,000. PROJECT SCOPE OF WORK: The major part of the work will consist of masonry restoration. The sandstone facades are in need of major repairs to remove safety hazards, extend the life of the building and improve its appearance. The existing windows of the garage skylight are original to the building and in need of replacement. A Public Accessibility route at the main entrance to the courthouse does not currently exist and must be provided to satisfy the Architectural Barriers Act Accessibility Standards (ABAAS). Other needed improvements include: Exterior perimeter drainage replacement; Interior basement drainage repairs; Roof skylight repairs; Repair of other entrance stairs, doors and rails; Improving locations of surveillance cameras and exterior lighting; Miscellaneous exterior improvements. The scope of Architect/Engineer services required under this proposed contract may include, but are not limited to, the following: Survey of existing conditions; Detail scope verification; Presentations for client and historic preservation agencies; Complete design services including the preparation of construction contract CAD drawings, specifications and cost estimates; Space layouts; Interior design; Shop drawing reviews; Construction inspection services and other required supplemental services if so requested by the Government. The work will involve all design disciplines including architectural, structural, mechanical, electrical and fire protection. Throughout the design process, the selected A-E may assist the Government in identifying those elements of work that can be accomplished within the congressionally mandated cost limitation for the project. The construction contract is envisioned to be procured through a source selection process that may incorporate a base contract and options for those elements of work that can be executed within the congressionally mandate cost limitation. Drawings shall be created, formatted, and submitted in a CAD program compatible with GSA?s software standards.. Specifications, reports, databases, and similar items shall also be submitted digitally in software compatible with GSA?s standards. The firm/joint venture shall update software versions at their own expense. The courthouse 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 building?s restoration or preservation zones identified in the Building Preservation Plan. Alteration or removal of original materials and design requires special justification and a Memorandum of Agreement with the SHPO, documenting concurrence on measures to mitigate all adverse effects to the historic building. 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 and management 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 overall project design. A/E firms are advised that at least 35% of the level of contract effort must be performed within the State of Ohio. The A/E selection will be completed in two stages as follows: In STAGE I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the Lead Designer and/or Design Firm. In STAGE II, short-listed firms will be interviewed. STAGE I: All documentation will be in a 8 ?? X 11? format. The portfolio should include the following: a cover letter referencing the FedBizOpps announcement and briefly describing the firms and its location, organizational makeup, and noteworthy accomplishments; Standard form 330 Architect Engineer Qualifications Part II; credentials of historic preservation specialist per requirements available under Project Management Tools at www.gsa.gov/historicpreservation; and responses to the submission requirements and evaluation criteria listed below. An A/E evaluation board consisting of a private sector peer and GSA qualified professionals will evaluate the submissions. The board will establish a shortlist of three to six firms. Identification of team members, other than the Key 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. (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 past ten years (maximum of five pages per project). At least two projects should include restoration/conservation specialty. The narrative shall address the design approach with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule and operational objectives were satisfied by overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project. This section should include tangible evidence such as certificates, awards, peer recognition, etc demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, email, phone and fax numbers, A representative floor plan, site plan, 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 own 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. (3) LEAD DESIGNERS? PORTFOLIO (25%): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. The Lead Designer shall demonstrate a history of commendable design work in restoration/conservation and rehabilitation. Address his or her participation in each project. If a single designer, submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). If the Key designer is a team, submit graphics and a description of up to two projects from each designer of key design discipline. The narrative shall address the design philosophy with salient features of each project and discuss how the client?s program, functional, image, mission, economic, schedule and operational objectives were satisfied by overall design/planning solution. This section should include tangible evidence such as certificates, awards, peer recognition, etc demonstrating design excellence. Where there is a duplication with criteria (1) Past Performance on Design, the Lead Designer shall address his or her participation in the project. (4) LEAD DESIGNERS? 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. STAGE II: The short listed lead designers/engineers and associated A/E firms will be notified and asked to submit more detailed information indicating each member of the design team, including an historic preservation specialist, mechanical/electrical engineers and all outside consultants. Sufficient time will be provided for the A/E Design Firm/lead designer/engineer 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, including an historic preservation specialist, mechanical/electrical engineer and consultant information. 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 shortlist announcement. 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/engineer-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 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: Bobbie Tyler, Contracting Officer, General Services Administration, Office of Property Development (5PE-2), 230 S. Dearborn St., Room 3512, DPN:35-7 Chicago, IL 60604 ALL SUBMISSIONS ARE DUE BY 4:00 PM CDT, June 29, 2006. A total of six (6) 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 52.214-7 .This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is set aside exclusively for small business participation. The NAICS Code is 541330, and the small business size standard is $4.0 million. Offers received from business concerns that do not qualify as a small business concern shall be considered non responsive and shall be rejected. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS PROJECT. Award of this contract is contingent upon receipt of design funds. Contract 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 for expenses or efforts under Stage I and/or Stage II submissions. THIS IS NOT A REQUEST FOR PROPOSALS. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. At minimum, all vendors must supply the following information: 1. Your Company?s Central Registration (CCR) Marketing Partner Identification Number (MPIN) which you should obtain from your Company?s CCR point of contact. 2. Your Company?s DUNS Number (800-333-0505 if you do not have one) or CAGE Code 3. Your Company?s Tax ID Number. 4. Your telephone number and your E-Mail Address. Your CCR registration should take approximately 48 hours for processing and activation. Original & Current Point of Contact: Bobbie Tyler, Contracting Officer, Phone: 312-886-7875, Fax: 312-886-4103, Email: bobbie.tyler@gsa.gov
 
Place of Performance
Address: 85 Marconi Boulevard, Columbus, OH
Zip Code: 43215
Country: US
 
Record
SN01059319-W 20060601/060530220941 (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.