Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

C -- A/E Design Services for Water Infiltration Remediation - Sources Sought

Notice Date
8/29/2018
 
Notice Type
Sources Sought
 
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
47PC0318N0001
 
Archive Date
10/4/2018
 
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 Notice for AE Design, Water Infiltration Project SOURCES SOUGHT 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. The General Services Administration (GSA), Northeast and Caribbean Region is seeking highly qualified Architectural/Engineering (A/E) firms interested in participating in an opportunity under GSA's Design Excellence Program for A/E Design Services for a Water Infiltration Remediation project located at the Alexander Hamilton U.S. Custom House (Custom House), 1 Bowling Green in New York, NY. The building is listed on the National Register of Historic Places. Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, GSA's Design Excellence Program seeks to commission the Nation's most talented architects, landscape architects, interior designers and engineers to design Federal buildings of outstanding quality and value. This project will include a two-phase approach to address building deficiencies at the Custom House. The Base design work will be for Phase I of this project. This work will include remediation of water infiltration in the sub-basement and basement levels to prevent further damage to the Customs House. Phase II of this project will be included as optional design services and will include replacement of the skylight, replacement of the exterior windows with blast windows and repairs to the laylight. The Overall Estimated Construction Cost Range for this entire project is between $80,000,000 and $120,000,000, with each phase broken out as follows: Phase I (Base Design Services) is between $40,000,000 and $60,000,000; and Phase II (Optional Design Services) is between $40,000,000 and $60,000,000 DESIGN SCOPE OF WORK The scope of professional services includes, but is not limited to: 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, and post-construction contract services for this Federal facility. Additional services include pre-design investigations/probes, laser scanning, Building Information Modeling (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 must conform to the latest edition of the Facility Standards for the Public Buildings Service PBS-P100. Under this Sources Sought announcement, the Government is seeking information on A/E firms that are experienced in architectural design and interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning (5-page limit). The North American Industry Classification System Code (NAICS) for this acquisition is 541310. The Small Business size standard is an 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, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5 page limit). 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 this project. 1. 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. 2. Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business. Please indicate the applicable representation(s). 3. Is your firm able to meet the geographic area requirement? (35% of the level of contract effort must be performed within the five Boroughs of New York City.) 4. In the past ten (10) years, has your firm completed as the lead designer at least five projects demonstrating relevant project experience including some or all of the following: Historic Preservation, Projects within the jurisdiction of New York City 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? Please submit capability statements by no later than 4:00PM ET, September 19, 2018, to Douglas Tumbrello, Contract Specialist, at douglas.tumbrello@gsa.gov The following is included for informational purposes only: A/E SELECTION METHOD Once market research is completed, the Government may issue a Request for Proposal (RFP) using a two-stage selection process under GSA's Design Excellence policies and procedures. Under this process the Government will award a contract to the most highly qualified A/E with whom it can negotiate a fair and reasonable price. For Stage I, the A/E will be required to submit a Lead Designer (or designers) for the project. The firm must demonstrate the capability of the Lead Designer(s) to integrate the design approach with salient features by submitting sample projects. For each project the firm must discuss how the client's program, image, mission, schedule, operational, and economic 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 that demonstrate 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 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 workplace design. At the conclusion of Stage I a short list of the top three to six qualified A/E firms will be asked to participate in Stage II. 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 A/E to establish its team. The Government will interview each team to evaluate the firm's ability to fulfill all project requirements. Emphasis will be placed on the A/E understanding of the unique aspects of the project, and its design philosophy, project management process and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the A/E. At the conclusion of Stage II, the Government will select one firm and negotiate a fee to design the project. PROJECT DELIVERY METHOD The approach for the subsequent construction contract will be executed using a Construction Manager as Contractor (CMc) process with General Contractor involvement through completion of the contract documents. Subsequent to the selection of a highly qualified A/E firm and completion of the concept design, the Government anticipates awarding a CMc contract. The Government will select a CMc to serve as the General Contractor providing pre-construction and construction services. The CMc will provide design phase consultations evaluating costs, schedule, alternative design implications, building systems and constructability reviews. Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective firm, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d7eaeddb1c2d381e511a86cc790049c)
 
Place of Performance
Address: One Bowling Green, New York, New York, 10004, United States
Zip Code: 10004
 
Record
SN05062400-W 20180831/180829231538-1d7eaeddb1c2d381e511a86cc790049c (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.