MODIFICATION
C -- RECOVERY - GSA Design Excellence Solicitation for Lead Design Architect
- Notice Date
- 6/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03P-12-DX-C-0039
- Point of Contact
- Alicia A. Martin, Phone: 215-446-4506, Jacqueline M. De Simone, Phone: 215-446-4519
- E-Mail Address
-
alicia.martin@gsa.gov, jacqueline.desimone@gsa.gov
(alicia.martin@gsa.gov, jacqueline.desimone@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY ACT 2009-NEW CONSTRUCTION PROJECT GSA Design Excellence Solicitation for Lead Design Architect Architect-Engineer Services Solicitation Number GS-03P-12-DX-C-0039 Region: GSA Mid-Atlantic Region (03) County: Nottoway County State: Virginia Contracting Officer: Alicia Martin Phone Number: 215-446-4506 PROJECT: Site Development + Phase I Venues Foreign Affairs Security Training Center (FASTC), Blackstone, VA TYPE: Security Training Center CLIENT AGENCY: Department of State (DOS), Bureau of Diplomatic Security (DS) SIZE: 1700 acres for Site Development, 935 acres for Venue Design STATUS: SITE SELECTION UNDERWAY - Final site decision will be made after completion of NEPA/NHPA Review BUILDINGS/TRACKS/RANGES: 35 BUDGET (ECCA): $80 Million for Site Development, $201 M for Phase I Venues FUNDING: Funding is available for Site Development and Phase I Venues SECURITY CLEARANCE: A minimum of an Interim Secret facility security clearance (issued in accordance with the National Industrial Security Program Operating Manual) is required as a condition for award as described under Stage 2 of the selection process of this announcement. ANTICIPATED SUB-CONTRACTING GOALS: 30% for small business - which includes 5.0% for small disadvantaged business, 5.0% for small women-owned business, 3.0% for small HUBZone participants, and 3.0% for service disabled veteran-owned small business. DESIGN EXCELLENCE 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 design federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, reliability, and reduced energy consumption; create environmentally responsible and superior workplaces for civilian Federal employees; and 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, including the P100 [Facilities Standards for the Public Buildings Service]. As required by law, all facilities will meet Federal energy goals including standards mandated by the EPACT 2005 Energy Policy Act, security requirements and the Architecture Barriers Act Accessibility Standards (ABAAS) PROJECT DESCRIPTION The Department of State's (DOS) Bureau of Diplomatic Security (DS) has identified a need to establish a Foreign Affairs Security Training Center (FASTC), which will provide hard and soft skills training for a diverse student population that will include DS special agents, foreign service officers, diplomatic officers and family members, selected foreign law enforcement personnel, and other personnel in a wide array of law enforcement and security disciplines. The new facility is expected to provide training for up to 10,000 students per year. A Master Plan, which was developed based on a program of requirements (POR), has undergone the Design Excellence review process with GSA. This Project will be completed in multiple phases. This announcement represents the first phase, which includes Site Development and Phase I Venues. SCOPE OF WORK In general, the scope of professional services will require at a minimum: civil, structural, mechanical, plumbing, and electrical engineering disciplines; architecture and landscape architecture design; security, sustainable and energy analyses; review of all relevant documentation regarding the program of requirements and the Master Plan. The scope of work will consist of two (2) parts: Part 1 - Site Development: Design of the infrastructure for the entire program of the Project, as shown in the Master Plan, which encompasses approximately 1,700 acres of land in and around Fort Pickett, Virginia. The goal of Part 1 is to provide the documentation to prepare the Site for the design and construction of the FASTC Project, to include construction administration of the Site work. Part 2 - Phase I Venues: Preliminary (35%) Design of the following structures and site improvements: 1. Administration and Classroom Building, at 145,122 SF; parking for 350 2. 150-Person Dormitory at 97,710 SF; parking for 20 3. Dining Facility (with Library), at 38,542 SF; parking for 200 4. Fitness Center, at 37,406 SF; parking 25 5. Warehouse, at 98,552 SF; parking for 20 6. Training Building, at 12,828 SF; parking for 80 7. High-Speed Driving Track, covering 550 acres; with parking for 30 8. Three (3) Classroom Buildings, at 4,846 SF each; parking at Item 7 9. Mock-Urban Driving Track, covering 80 acres; parking for 10 10. Unimproved Road Driving Course, covering 100 acres; parking for 10 11. Off-Road Driving Course, covering 100 acres; 0 parking 12. Vehicle Maintenance Shop/Motorpool, at 18,223 SF; parking for 36 13. Maintenance Garage for 80 Vehicles, at 31,973 SF; 14. Covered Parking for 130 Vehicles, at 63,360 SF 15. Surface Parking for 100 Vehicles, at 38,016 SF 16. Surface Parking for 200 Vehicles, at 76,032 SF 17. Covered Parking for 100 Vehicles, at 48,738 SF 18. Classroom Building, at 7,086 SF 19. Demonstration Range, covering 100 acres; parking for 10 20. Training Range, covering 200 acres; 0 parking 21. Outdoor Training Range, covering 60 acres 22. Classroom Building for Item 21 above, at 5,218 SF 23. Assorted Training Structures for Item 21, above, aggregate of 130,903 SF 24. Emergency Services Building (EMS), at 6,629 SF; parking for 36 25. Classroom Building, at 16,712 SF; parking for 62 26. Two (2) 50-Meter Indoor Firing Ranges, 163,880 each; parking for 20 27. 1-Story Shoot House, at 13,324 SF; parking for 12 28. 2-Story Shoot House, at 13,324 SF; parking at Item 27 29. Two (2) 150-Meter Baffled Outdoor Ranges, at 371,880 SF each; parking for 10 30. Classroom Building, at 4,846 SF; parking for 10 31. Ammunition Storage, at 1600 SF; parking for 10 32. Compound Access Control, at 6,686 SF; parking for 10 33. Training Building, at 36,212 SF; parking at Item 34 34. Twenty (20) Urban Training Areas and Rappel Tower, aggregate of 290,286 SF; parking for 50 35. Training Maze, at 39,763 SF; parking at 34 36. Training Range, at 3,990 SF; parking at 34 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 Site design and concept for Phase I Venues. The A/E firm will address the contractual relationship with the Lead Designer and project team in Stage II. At that time, the A/E shall provide information on the design team specialty consultants, which may include security, interior design and programming, and tactical training specialties, as required for this stage of the work. In developing the Stage II project team, A/E firms are advised that at least 35% of the level of contract effort must be performed within hereby-designated general geographical area consisting of the Commonwealth of Virginia and the District of Columbia. 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. Stage I All documentation will be in an 8 ½" 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; Part II of Standard Form 330 Architect Engineer Qualifications, 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 Lead Designers, is not required at this stage. Consultant and production firm [if different from lead design firm] information should not be included in the Stage I portfolio. Submissions shall be in the order requested. 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 new construction 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, operational objectives, energy conservation, and life cycle cost strategies were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to this project, with emphasis on site design, sustainability, energy conservation, and experience designing projects within the context of a campus master plan environment. Demonstrate the following experience: - proficiency utilizing BIM [Building Information Modeling] on similar scale and/or type of building projects (not site work) - sustainable building design and execution by citing examples of firm projects which have attained LEED certification - experience on projects employing commissioning discipline from initiation of design through construction 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; and commitment to integrated workplace and sustainable design including energy conservation. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, and 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, energy conservation, 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 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 Board will interview each team. The A/E firm shall have knowledge of the locality of the project and will have forty-five (45) calendar days after contract award to establish a production office in the designated geographical area, should no office(s) currently be physically located within the designated geographical area for this requirement. The Board will interview each team at GSA's Regional office located in Philadelphia, PA. Candidates should be prepared to discuss all aspects of the evaluation criteria indicated in Stage I and these Stage II evaluation criteria. Team Design Performance (50%), Team Organization and Management Plan (30%), Professional Qualifications (15%) and Geographic Location (5%). The team must demonstrate their ability to fulfill all project requirements. The Government will amplify Stage II detailed evaluation criteria and announce the date that the Stage II submittals are due in the Stage I shortlist announcement. A networking session will be scheduled, with sufficient time set aside for each AE Design Firm/ Lead Designer to assemble the project team: location and time to be published later to the short-listed firms. The networking session is also intended to provide A/E firms an opportunity to complete their Small Business and Small Disadvantaged Business subcontracting plans. In Stage II evaluations emphasis will be placed on the Lead Designer-A/E Team's understanding of the high priority aspects of the project, their design philosophy, project management process, and their cost and quality assurance plan. 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: Alicia Martin Delivery Address: The Strawbridge Building 20 North 8 th St., 9th Floor (3PQCB) Philadelphia, PA 19107-3191 Phone number: 215-446-4506 ALL SUBMISSIONS ARE DUE by 1:00 PM EST on July 16, 2012. A total of seven (7) 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. PRE-SUBMITTAL CONFERENCE A pre-submittal conference will be held at the Camp Pickett Officers Club which is located at 3951 Military Road in Pickett Park, Blackstone, VA on June 20, 2012 at 11:00 AM LOCAL TIME. A driver's license is required to access Fort Pickett. Please pre-register your attendance at this event by emailing Alicia Martin at alicia.martin@gsa.gov and Jacqueline De Simone at j acqueline.desimone@gsa.gov by June 13, 2012. BUSINESSES This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of no more than $7,000,000 million dollars in annual gross receipts averaged over a three year period) 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). SECURITY CLEARANCE As a condition of award the selected firm must have, at a minimum, an Interim Secret facility security clearance issued in accordance with the National Industrial Security Program Operating Manual. Designated individuals (Lead Designer(s) and Project Manager) must also have a minimum of an Interim Secret personnel security clearance as a condition of award. If the most technically qualified firm does not have a facility security clearance, the contractor will be sponsored for a facility clearance by the U.S. Government. A period of up to 90 days will be allotted for the most technically qualified uncleared firm to obtain these necessary clearances prior to award. If the principal officers of a firm in process for a facility security clearance are eligible for an Interim Secret personnel clearance, and the firm meets all the other criteria, the firm would be eligible for an Interim Secret facility clearance. If the facility clearance for the firm and the personnel security clearances for the noted individuals cannot be issued within 90 days, negotiations will cease with the highest technically ranked firm and award to that firm will not be made. A request for price proposal and subsequent price negotiations would then be initiated with the second technically ranked firm. Note: Any subcontractor who requires access to classified information must also have a Secret facility clearance and provide specific individuals (in designated disciplines) with Secret personnel security clearances. BROOKS ACT Contract will be procured under the Brooks A/E Act and FAR Part 36. In this process, the government will award 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 Proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-12-DX-C-0039/listing.html)
- Record
- SN02767071-W 20120607/120605235918-5bff2f8005d31cb48d1175f6b0fc8eb7 (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 |