Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

C -- A/E design and construction services for Water Infiltration Remediation

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R2 Acquisition Management Division Operations Branch C (47PC03), One World Trade Center, 55th Floor, New York, New York, 10007, United States
 
ZIP Code
10007
 
Solicitation Number
47PC0317N0001
 
Archive Date
8/26/2017
 
Point of Contact
Douglas Tumbrello, , Sebastian Asaro,
 
E-Mail Address
douglas.tumbrello@gsa.gov, sebastian.asaro@gsa.gov
(douglas.tumbrello@gsa.gov, sebastian.asaro@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SOURCES SOUGHT ANNOUNCEMENT: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. 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. The General Services Administration (GSA), Northeast and Caribbean Region is seeking highly qualified Architectural/Engineering (A/E) firms interested in participating in a potential opportunity under GSA's Design Excellence Program. The acquisition procedures for this opportunity will be in accordance with the Design Excellence quality standards and requirements. This will be a negotiated procurement issued in accordance with Public Law 92-582, "The Brooks Act." In this process the Government will award to the most highly qualified A/E Team with whom it can negotiate a fair and reasonable price. 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 and water conservation goals and security requirements specifically the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423 and the fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007. The project must conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS). This sources sought is for A/E design and construction services for the Water Infiltration Remediation project located at the Alexander Hamilton U.S. Custom House, 1 Bowling Green, New York, NY. The Estimated Construction Cost Range for the base project is between $40,000,000 and $50,000,000. The Estimated Construction Cost Range for the optional Phase II project is between $30,000,000 and $40,000,000. The base design is Phase I of a two-phase repair and alteration project to address building deficiencies at the Alexander Hamilton U.S. Custom House, a National Historic Landmark located at 1 Bowling Green, New York, New York. This project (Phase I) will remediate water infiltration in the sub-basement and basement levels to prevent further damage to the building. Phase II, to be included as optional services, proposes replacing the skylight, replacing the exterior windows with blast windows and repairing the laylight. The proposed two-phase project will ensure the long-term occupancy of federal agencies by providing a safe and reliable work environment. SCOPE OF WORK The scope of professional services will require at a minimum: Professional architectural, historic preservation, art restoration, structural engineering, and related consulting services for the design through the development of 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 this federal facility. Additional services include pre-design investigations/probes, laser scanning, BIM, and construction phasing plan development. The professional services shall be performed in an integrated manner where designers collaborate throughout the project delivery to provide a holistic design with the consideration of the above aspects for the project. The project shall be designed to comply with the latest P-100 (Facility Standards for the Public Buildings Service). PROJECT DELIVERY METHOD The approach for the facility design will be executed using a CMc process with GC involvement through completion of the contract documents. Subsequent to the selection of a highly qualified A/E firm, the Government anticipates awarding a Construction Manager as Constructor (CMc) contract. The Government will select a CMc to serve as General Contractor providing pre-construction and construction services. The CMc will provide design phase consultations evaluating costs, schedule, alternative design implications, building systems, and construction materials. The Government will solicit proposals under a source selection process for CMc. Selection will be based on a combination of technical and price factors that provide the best value to the Government. A/E SELECTION METHOD The A/E selection will be made using a two stage selection process using the "Design Excellence policies and procedures". For Stage I, the A/E firm will be required to select a lead designer (or designers) for the project. The firm must demonstrate the capability of the Lead Designer(s) to integrate design approach with salient features by submitting sample projects. For each project the firm must discuss how the client's program, function, image, mission, economic, schedule, and operational objectives were satisfied in actual building operational performance through the overall design/planning solution. The A/E will be requested to provide tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of two photographs will be requested for each project. The A/E firm will be required to submit a biographical profile including education, professional experience, and recognition for the lead designer, inclusive of the portfolio project examples. The A/E firm will also submit a portfolio representative of the Lead Designer's ability to provide design excellence. The portfolio will address the lead designer's participation in each project. Project examples should be relevant to this project, including: scale, scope, complexity, context, sustainability, security, tropical design strategies, strategies used to achieve actual building performance, integrated design strategy, design process for meeting specific performance goals, the urban design strategy, and/or workplace design. At the conclusion of Stage I a short list of firms will be created. For 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 Government will establish the detailed evaluation criteria for stage two based on FAR 36.602-1. The Board will interview each team to evaluate the firm's 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. At the conclusion of Stage II, one firm will be selected and a fee to design the project will be negotiated. The Northeast and Caribbean Region is seeking information on A/E firms that are experienced in Architectural design excellence and qualify under the 8(a) Program, the HUBZone Program and/or the Service-Disabled Veteran-Owned Small Business Procurement Program. The North American Industry Classification System Code for this potential acquisition is 541310. The Small Business size standard is average annual sales and receipts for the past three years that are less than $7,500,000.00. If you are an interested A/E firm, please provide a response to the questions below and provide with your Written Letter of Interest. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform the lead designer role for this project. Do you meet the Small business standard (average annual receipts less than $7,500,000.00 for the past three years)? Otherwise, indicate if you are a large business firm. Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, 8(a), and/or women-owned small business (Please indicate the applicable representation(s))? (For additional information on small business size standards and small business programs, please visit www.sba.gov) Is your firm able to meet the geographic area requirement? (35% of the level of contract effort must be performed within New York City.) In the past ten (10) years, has your firm completed as the lead designer at least five (5) projects demonstrating relevant project experience including Historic Preservation, Projects within jurisdiction of NYC including coordination with MTA/New York City Transit, Building Envelope Retrofits - particularly below grade waterproofing, Structural Retrofits, Courthouses, Museums, blast mitigation windows, P-100, Federal Criteria, and design excellence goals? Relevant projects must be similar in magnitude (construction cost greater than $40,000,000) and involve the preparation of full design documents. Is your firm capable of providing tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project? 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/notices/9d53d22d78676e2e8ddc0642355ccc90)
 
Place of Performance
Address: One Bowling Green, New York, New York, 10004, United States
Zip Code: 10004
 
Record
SN04687291-W 20170922/170920232649-9d53d22d78676e2e8ddc0642355ccc90 (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  © 1994-2020, Loren Data Corp.