Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

C -- GSA Design Excellence Solicitation for Lead Design Architect, Green Federal Building Consolidation Project

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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-14-AZ-C-0020
 
Point of Contact
James A Morris, Phone: 215 446-4581
 
E-Mail Address
jim.morris@gsa.gov
(jim.morris@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
MODERNIZATION PROJECT GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation #GS-03P-14-AZ-C-0020 Region: 03 (Mid-Atlantic) City: Philadelphia State: Pennsylvania Contracting Officer: James A. Morris Phone Number: (215) 446-4581 PROJECT: Green Federal Building Consolidation Project, Philadelphia, PA BUILDING TYPE: Federal Office Building HISTORIC STRUCTURE: No CLIENT AGENCIES (PRIMARY): IRS, FBI, DEA SIZE: 840,280 GSF BUDGET: Estimated Construction Cost at Award is $60,000,000 - $70,000,000 FUNDING: Available GEOGRAPHIC LIMITATION: Per GSAM 536.602, the overall architect/engineering design team must demonstrate that at least thirty five percent (35%) of all required A/E contract services will be accomplished within the Philadelphia Metropolitan Statistical Area. SMALL BUSINESS SET-ASIDE: No set-aside used. However, in accordance with Public Law 95-507 and FAR 52.219-9, should a large business receive award, the firm shall be required to provide subcontracting opportunities to small business concerns inclusive of those owned and controlled by socially and economically disadvantaged individuals in the performance of this contract. As part of its commitment to the socioeconomic initiatives of the Federal Government for this procurement, the U.S. General Services Administration (Mid-Atlantic Region) has established the following subcontracting goals: • 30.0% for Small Business • 5.0% for Small Disadvantaged Business (SDB), • 5.0% for Small Women-Owned Business, • 3.0% for Small HUBZone Business, • 3.0% for Small Veteran-Owned Business, and • 3.0% for Small Service-Disabled Veteran-Owned Business Continuing a legacy of outstanding public architecture, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented designers and architects to modernize our federal buildings and prepare them for the next 50 to 100 years of service. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; 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. As required by law, all facilities will meet federal energy goals and security requirements. All projects will be LEED certified. PROJECT DESCRIPTION This is a space consolidation project affecting multiple tenant customers in a fully occupied building with minimal swing space. The project will occur at the William J. Green Federal Building located at 600 Arch Street, Philadelphia, PA. The building is 10 stories above grade and 2 stories below. It was constructed between 1970-1973, and contains 840,280 GSF. The William J. Green Federal Building was designed in conjunction with the adjacent James A. Byrne Courthouse, and the two building complex shares common mechanical systems, and the first floor of each building is linked by a common circulation area and plaza. This project will affect all 10 tenant-occupied floors (approximately 70,000 GSF per floor) and provide tenant interior improvements as well as select building shell system upgrades in order to significantly improve utilization, free up marketable vacant space, and allow local offices to consolidate into a federally-owned facility. This project will allow for involved agencies to more efficiently occupy their space through a variety of economical workspace solutions. It will incorporate sustainable design principles, efficient space planning, innovative technologies, and contemporary interior design to transform the building into a model workplace that is responsive to the existing building architecture. GSA intends for the building to remain occupied for the duration of the design and construction project, and the AE will develop designs that help to facilitate GSA's planning of tenant relocations. This project will be a traditional design-bid-build delivery. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, 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), Building Information Modeling (BIM), and post-construction contract services (PCCS) for the construction of new interiors and related building systems. Space alterations include the consolidation of non-contiguous occupied and vacant space in order to allow tenants to efficiently occupy space while making existing vacant space marketable to prospective tenants. The project is also to include GSA design standards for secure facilities; conformance to the P100 (Facility Standards for Public Buildings), including LEED certification, and customer agency requirements. SELECTION PROCESS This is a request for qualifications (RFQ) of A/E firms/lead designers interested in contracting for this work. A Lead Architectural Designer is required. 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 Philadelphia Metropolitan Statistical Area of the states of Pennsylvania, New Jersey, Delaware, and Maryland. 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 lead designers and associated A/E firms will submit portfolios of accomplishment that establish the design and leadership capabilities of the lead designer and design firm. In Stage II, shortlisted lead designer-A/E teams will submit the qualifications of the proposed, integrated design team and be interviewed. Stage I All documentation will be in an 8 1/2" 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 FedBizOpps 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. The board will establish a shortlist 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 relevant 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, identity, mission, budget, schedule, and operational objectives were satisfied by the overall design/planning solution. Project narratives should comment on the relevance of submitted projects to the GSA project, including sustainability and energy conservation; workplace design; design for mobility (hot-desking, hoteling, etc.) and projects completed in occupied buildings for multiple tenants with competing interests. 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, rendered views, or other appropriate drawings, and a minimum of two photographs must be included for each project. Design projects that have not yet been constructed may be submitted, but constructed designs will receive more favorable consideration. (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 productive, mobile, workplaces; and commitment to integrated and sustainable designs. The statement should address the importance of leadership in the realization of successful projects. The statement should respond specifically to the background and objectives of this procurement. (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 shortlisted lead designers and 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 and associated 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 shortlist announcement. A Small Business Networking Session will be scheduled after a short list is announced, before the Stage II proposal is due. 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 (dated not more than twelve (12) months before the date of this synopsis), along with a letter of interest and the portfolio to: Contracting Officer: James A. Morris Delivery Address: GSA Mid-Atlantic Region, 20 N. 8th Street, Philadelphia, PA 19107 Phone number: (215) 446-4581 ALL SUBMISSIONS ARE DUE by 2:00PM local time on Tuesday, May 27, 2014. A total of seven (7) hard copies should be submitted. Digital or electronic copies will not be accepted. 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. SMALL BUSINESS PARTICIPATION REQUIREMENTS This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $7,000,000 gross average 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-14-AZ-C-0020/listing.html)
 
Place of Performance
Address: William J. Green Federal Building, 600 Arch Street, Philadelphia, Pennsylvania, 19106, United States
Zip Code: 19106
 
Record
SN03347791-W 20140426/140424234944-49c1ef5b7080fc245b69723ff7ba6236 (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.