Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2014 FBO #4498
SOLICITATION NOTICE

C -- Theodore Levin Courthouse Prospectus Alteration

Notice Date
3/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Michigan Contracting Team (5P2PQDA), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
GS-05P-14-SV-C-0056
 
Archive Date
10/31/2014
 
Point of Contact
Bret S. Culen, Phone: 312-983-1815
 
E-Mail Address
bret.culen@gsa.gov
(bret.culen@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect and Engineer C-Architect-Engineer Services Solicitation # GS-05P-14-SV-C-0056 Region: Great Lakes (5) City: Chicago State: Illinois Contracting Officer: Bret Culen Phone Number: 312-983-1815 Email: bret.culen@gsa.gov PROJECT: Theodore Levin Courthouse Prospectus Alteration, Detroit, Michigan BUILDING TYPE: Courthouse CLIENT AGENCY: Courts SIZE: 771,904 gross square feet BUDGET: $118,968,000 Through the preservation and modernization of an historic federal 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 engineers 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 (A/E) design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals and security requirements. PROJECT DESCRIPTION The Theodore Levin Courthouse (Levin) is located at 231 West Lafayette Blvd., Detroit, Michigan. It is a 1934 Neo-Classical Revival style building that has a structural steel frame superstructure with a smooth-cut Indiana limestone facade. It has ten stories above grade with a pair of two-story penthouses on top and a basement one level below grade. The central core of the building opens to form a light court from the third through tenth floors. The majority of the existing building systems are either original or were installed 30 to 50 years ago. Due to the age of these systems, repairs are becoming more frequent and finding replacement parts is becoming more difficult and costly. If the existing systems are not replaced within the building soon, a catastrophic event could occur that could put tenants at risk or not allow for an agency to accomplish their mission within their current space. This project will replace/modernize all major building systems including: HVAC, fire and life safety, electrical, plumbing and elevators. Interior alterations include improvements to the Judge and Prisoner secure circulation, exit stairs, the loading dock, Judge's parking, creation of swing space and the construction of a new elevator/stair tower in the light court. The design will follow the Secretary of Interior's Standards for Rehabilitating Historic Buildings and Building Preservations Plan (BPP) guidance, respecting the existing historic character of the building while updating the infrastructure to meet the needs of today's modern workforce. GSA anticipates using a CMc delivery method for construction of this design. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, historic preservation, interior design, and related consulting services for concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), and post-construction contract services (PCCS) for the modernization of this 80 year old courthouse. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings) and customer agency requirements. The project will be designed in one phase (entire scope) but the construction may be accomplished in up to three phases requiring the A/E to package the design documents into separate construction projects. This building is listed on the National Register of Historic Places as a contributing property to a historic district. 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 Nation 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 of preservation zones identified in the Building Preservation Plan. Alteration of character defining features would require consultation and agreement on solutions with GSA preservation staff and SHPO. 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 in which the project is located. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II. The A/E selection will be completed in two stages as follows: In Stage I, interested 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, shortlisted lead designers-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; Standard Form 330 Architect Engineer Qualifications (only Part II, for lead design firm); 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: 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. Special consideration will be given to firms that demonstrate success with projects that included comprehensive infrastructure replacement/repair in an occupied historic buildings. 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. It should describe how preservation goals were met and address the relevance of submitted projects to this project, including modernization of an occupied building, sustainability and historic preservation. 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 and phone number. 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. 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 an effective approach to incorporating state of the art infrastructure systems into a historic structure, accommodating contemporary uses in an historic building and commitment to integrated and sustainable design. 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. The lead designer shall demonstrate a history of commendable design work in restoration/conservation, and rehabilitation. 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. Stage II The short-listed lead designers and associated 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 and associated A/E Design Firm to establish its team. The firms will be required to submit a 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 the Phase II submittals are due and provide that information to the shortlisted firms at the time of the Stage I short-list announcement. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above, evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the lead designer and lead engineer'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 evaluate and 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: Mr. Bret Culen Delivery Address: General Services Administration 230 South Dearborn Suite 3600 Chicago, IL 60604 Phone number: 312-983-1815 ALL SUBMISSIONS ARE DUE by 4:00PM local time on April 16, 2014. A total of 6 hard copies and an electronic copy 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 open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $21,000,000 gross receipts over a three (3) 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). 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/notices/7ede1b1bfbe3c853f751ad1919d166ca)
 
Place of Performance
Address: Theodore Levin Courthouse, 231 West Lafayette Blvd., Detroit, Michigan, 48226, United States
Zip Code: 48226
 
Record
SN03312232-W 20140319/140317234146-7ede1b1bfbe3c853f751ad1919d166ca (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.