MODIFICATION
C -- Design Services - Milwaukee Facade
- Notice Date
- 3/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Capital Projects Contracting Team (5P1QCE), Please refer to notice for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- GS-05-P-16-GB-C-7002
- Archive Date
- 5/3/2016
- Point of Contact
- Helen V. DiMonte, Phone: 312-590-9496, Alexandra M Huber, Phone: 3122798149
- E-Mail Address
-
helen.dimonte@gsa.gov, alexandra.huber@gsa.gov
(helen.dimonte@gsa.gov, alexandra.huber@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect Solicitation: GS-05-P-16-GB-C-7002 Region: Great Lakes (5) City: Milwaukee State: Wisconsin Contracting Officer: Helen DiMonte Phone Number: 312-590-9496 PROJECT: Milwaukee Facade, Milwaukee, Wisconsin BUILDING TYPE: Courthouse and Federal Office Building CLIENT AGENCY: U.S. District and U.S. Bankruptcy Courts SIZE: 543,510 GSF PARKING SPACES : Parking under the building for building tenants. Street parking on three sides of building for law enforcement only. BUDGET: ECCA $ 21,376,181.00 TOTAL SMALL BUSINESS SET ASIDE: 100% 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 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. As required by law, all facilities will meet federal energy goals and security requirements. PROJECT DESCRIPTION The Milwaukee Federal Building and U.S. Courthouse, located at 517 East Wisconsin Avenue in Milwaukee, Wisconsin, is a five-story, granite structure originally constructed between 1892 and 1899 and is listed on the National Register of Historic Places. Between 1929 and 1932, a five-story addition was erected to the south of the original building which was later increased in height to seven stories during the 1940s. The building also features an open air light court at its center that extends down to the roof of the first floor. Both structures have undergone various maintenance and modernization projects over the years, including a major, comprehensive restoration and renovation of both buildings between 1989 and 1996. The building totals 543,510 gross square feet. In 2010, pieces of the granite façade broke loose from the building and fell to the ground. This occurrence prompted a study which provided an extensive stabilization plan. Structural netting was installed in 2011 as a temporary measure to prevent similar occurrences until the facade is restored. The exterior of the Milwaukee Federal Building and U.S. Courthouse is generally in good condition for the building's age. GSA proposes to restore and/or stabilize the historic granite façade; primarily the stone cornices, gutters at the turrets, damaged granite corners and the balcony above the north entrance. The project also includes correction of failing gutters, tuckpointing, sealant repairs, and the treatment and preservation of: the exterior stone, the brick masonry, and their supporting steel structure. The primary concerns are the cornices at the six turrets of the North Building and the masonry cracking and displacement at the corners of the South Building. It is believed that the cause of the spalling at the turrets are the lead-coated copper gutters which should be evaluated for replacement. The facility is fully occupied. Customer agencies need to be able to function with minimal disruption to operations. This project will correct major facade deficiencies that will prevent future disruption of operations and will make for a safer and more reliable building. Additionally, this project aims to prevent further water infiltration and residual damage to the interior of the building. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, historic masonry, historic preservation 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 construction management and inspection (M&I) services. The project is also to include GSA design standards, conformance to the P-100 (Facility Standards for Public Buildings), and building Historic Preservation Plan. This building is listed on the National Register of Historic Places. All design work must be in accordance with the Secretary of the Interior's Standards for Rehabilitation. Every effort will be made to avoid adversely affecting original materials and design in the buildings restoration or preservation zones identified in the Building Preservation Plan. 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 contract must be allocated in Wisconsin which is the project location. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II. At that time, the following specialty consultants will be required: Technical historic masonry consultant, structural engineer. 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 capabilities of the lead designer and design firm. In Stage II, shortlisted lead designer-A/E teams will be interviewed. After one firm is selected, they shall provide a proposal for the full Scope of Services. Stage I All documentation will be in an 8 1/2" 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 FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications Part II.. 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 five 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 rehabilitation projects completed in the last ten years (maximum of five pages per project). At least three (3) projects should demonstrate the conservation, mitigation and reconstitution of historic masonry and represent a history of commendable design work in the 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 the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project. 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 four 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 historic public architecture and related issues. Parameters may apply in creating repairs to historically significant structures of large scale located within an urban environment. The designer must also show a 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, and 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 to six total projects to cover all lead designers.. 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 will address his or her participation in the project. The lead designer shall demonstrate a history of commendable design work in restoration/conservation, and rehabilitation. 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. 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. Businesses of any size may submit for Stage I. If a large business is selected to go to Stage II, the proposed design team must include a small business that will hold the contract with GSA. A small business is defined as a business with $7,000,000 in average annual receipts over the past three years. The following clause must be complied with; your attention is directed to paragraph c part 1 below. 52.219-14 Limitations on Subcontracting. Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) 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 (RFP). 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: Helen DiMonte Delivery Address: 230 S. Dearborn St. Suite 3600, Chicago, IL 60604 Email Address: helen.dimonte@gsa.gov ALL SUBMISSIONS ARE DUE by 3:00 PM local time on Monday, April 18, 2016. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05-P-16-GB-C-7002/listing.html)
- Place of Performance
- Address: The Milwaukee Federal Building and U.S. Courthouse, 517 East Wisconsin Avenue, Milwaukee, Wisconsin, 53202, United States
- Zip Code: 53202
- Zip Code: 53202
- Record
- SN04057363-W 20160323/160322000241-9f845fb863b7538a4ba4424a726fc506 (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 |