Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

C -- GSA Design Excellence Solicitation for Lead Design Architect-Engineer Services for the Repair and Alteration of the Frank Hagel Federal Building in Richmond, California

Notice Date
12/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-11-KT-C-0020
 
Point of Contact
Wesley J. Lau, Phone: 4155223015, Christopher Lee, Phone: 415-522-2877
 
E-Mail Address
Wesley.Lau@gsa.gov, christopher.lee@gsa.gov
(Wesley.Lau@gsa.gov, christopher.lee@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Building Type: Federal Office Building Historic Structure: [X] NO Client Agencies: The major tenant is the United States Social Security Administration (SSA). Size: The project encompasses approximately 619,000 square feet on a site fully developed within a 6 level office structure with both underground and surface level parking. Budget: Estimated Construction Cost for all (3) phases is between $200,000,000 and $230,000,000 Geographic Limitation: This project is open nationwide Small Business Set Aside: As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established Region 9 subcontracting goals of 30% for small businesses, 3% HUB Zone Small Business, 5% for Women-Owned Small Business, 5% for Small Disadvantaged Business, 3% for Veteran-Owned Small Business, 3% for Service-Disabled Veteran-Owned Small Business. Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented architects, landscape architects, interior designers, and engineers to modernize our federal buildings and prepare them for the next 50-100 years of service. Federal Buildings must be high performance green facilities that demonstrate the value of true integrated design and harmonize aesthetics, cost, constructability, and reliability to enhance human productivity and creativity. The goal is to create environmentally responsible and superior workplaces for civilian Federal employees that give contemporary form and meaning 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. As required by law, all Federal facilities will meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Orders 13423 and 13514; achieve fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007; conform with the Interagency Security Council (ISC) and GSA design standards for secure facilities; conform to GSA's P-100 (Facility Standards for Public Buildings); and comply with the Architectural Barriers Act Accessibility Standards (ABAAS). All GSA projects must achieve a Leadership in Energy and Environmental Design (LEED) rating of Silver, at a minimum, and if possible Gold with specific credits required. The developed facility plan must delineate dimensions and volumes in metric units. PROJECT DESCRIPTION The General Services Administration (GSA) proposes a repair and alteration project for the existing Frank Hagel Federal Building (FHFB) located in the downtown central business district of Richmond, California. The SSA has been the sole tenant agency of FHFB (since building completion) which serves as their regional headquarters. Since construction in 1975, the tower building has not undergone any significant major renovations except for auditorium seismic retrofit in 1991, childcare center addition and building systems repair (waterproofing, exterior sitework, security, and elevator) completed in 1996. This repair and alteration prospectus will encompass a total realignment of the building's space in order to re-arrange the operating groups into a more efficient and functional space and a building systems modernization including seismic, security, waterproofing, electrical distribution and hazardous material removal. Since the building was constructed,, various SSA operating groups have grown in an organic manner taking space as available as a result, many operating groups are spread across a floor and/or multiple floors utilizing space inefficiently. The proposed multi-phased project assumes concurrent building space realignment and systems modernization which minimize cost and disruption to SSA while not unduly burdening the GSA's capital program in a specific fiscal year. The proposed project is planned to be a multi-phase repair and alteration and seismic upgrade project entailing the design of phases 1, 2, & 3 in FY2011 and the construction of Phase 1 beginning in FY2012; Phase 2 in FY2014; and Phase 3 in FY2016. SELECTION PROCESS This is a Request for Qualifications (RFQ) of an A/E Firms/Lead Designer 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 and ensure that the project is developed through an integrated design process. The Lead Designer will also be involved in commissioning an artist or artists for this project and in assisting with the successful integration of works of arts into the architectural design. 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 Design Firm. In Stage II, shortlisted Lead Designer-A/E teams will be interviewed. At that time, the following specialty consultants will be required: energy specialist, programming/strategic design facilitator, lighting/daylighting specialist. A joint venture and/or a firm/consultant arrangement is acceptable and be considered and evaluated with emphasis on demonstrated collaboration of members to provide a quality effort. Stage I All documentation will be in an 8 ½" x 11" format. The assembled 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, 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. From the submissions received, pursuant to Federal Acquisition Regulation (FAR) 36.602-3, the Evaluation Board shall establish a short-list of at least three firms that are considered to be the most highly qualified to perform the required services. 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 projects completed in the last ten years (maximum of five pages per project). 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, and operational objectives were satisfied by the overall design/planning solution. The text should comment on the relevance of submitted projects to this project, including scale and complexity, the firm's ability to design high performance green buildings that meet specific energy, water, sustainable materials, renovation of an occupied facility, seismic design capabilities, and user comfort goals (thermal, acoustic and visual). 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 two 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 public architecture and related issues; parameters that may apply in creating and accommodating contemporary office functions within an existing building; and 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. 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 up to 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 up to 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, and operations and maintenance objectives were satisfied by the overall design/planning solution. 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 shall address his or her participation in the project. Stage II The short-listed lead designers and their associated A/E 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. The A/E Evaluation 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: Contracting Officer: Christopher Lee Delivery Address: 450 Golden Gate Ave., 3rd Floor West, San Francisco, CA 94102 Phone number: 415-522-2877 If you have any questions regarding Stage I submittals please email them to Wesley Lau at Wesley.Lau@gsa.gov. All questions are due by 3:00pm Pacific Standard Time on Wednesday, January 5, 2011. Answers to all questions submitted by the due date will be posted on FedBizOpps (www.fbo.gov) on Wednesday, January 12, 2011. ALL SUBMISSIONS ARE DUE by 3:00 PM Pacific Standard Time on Friday, January 21, 2011. A total of (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 Product Service Code (PSC) C211, North American Industrial Classification System (NAICS) code 541310 for Architectural services. The small business size standard for NAICS code 541310 is $4,500,000.00 in average annual receipts over the past three years. This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $13,500,000 gross receipts over a three (3) year period or no more than $4,500,000 gross average receipts per year for the same time frame) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned, and small disadvantaged 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 with small and disadvantaged firms as part of their original submitted teams (Stage II). This contract will be procured under the Brooks A/E Act and FAR Part 36. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-11-KT-C-0020/listing.html)
 
Place of Performance
Address: 1221 Nevin Street, Richmond, California, 94801-3123, United States
Zip Code: 94801-3123
 
Record
SN02348915-W 20101224/101222234016-2aa81ce39084cec40d19ec9b1c902547 (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.