Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
SOLICITATION NOTICE

C -- LIMITED SCOPE & TENANT BACKFILL PROJECT GSA Design Excellence Solicitation for Lead Design Architect and Engineer

Notice Date
10/10/2019
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region Acquisition Division (47PJ00), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
47PJ0020R0006
 
Point of Contact
Len K Wilson, Phone: 303-236-2839, John Kelley,
 
E-Mail Address
Len.wilson@gsa.gov, John.Kelley@gsa.gov
(Len.wilson@gsa.gov, John.Kelley@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
LIMITED SCOPE & TENANT BACKFILL PROJECT GSA Design Excellence Solicitation for Lead Design Architect and Engineer Notice Type: Synopsis Date: October 10, 2019 Region: Region 08, Rocky Mountain Region City: Lakewood State: Colorado Contracting Officer: Len Wilson Contract Specialist: John Kelley Phone Number: (303) 236-2839 Email: len.wilson@gsa.gov Contracting Office: Rocky Mountain Region Public Buildings Service Acquisition Division (8PQ) P.O. Box 25546 Denver Federal Center, Building 41 Lakewood, CO 80225-0546 PROJECT : Building 53 Limited Scope & Tenant Backfill Project, Lakewood, CO 80225 BUILDING TYPE : Federal Office Building HISTORIC STRUCTURE : N o CLIENT AGENCY : U.S. General Services Administration SIZE: 164,000 rsf PARKING SPACES : 63 BUDGET: $45M-$50M APPLICABLE FUNDING : Funds Are Available GEOGRAPHIC LIMITATION: Denver Federal Center, Building 53, Lakewood, CO SMALL BUSINESS SET ASIDE : 100% NAICS Code : 541310 – Architectural Services Classification Code: C – Architect and Engineering Construction 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 demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and provides 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 The project is a limited scope and tenant backfill project in Building 53. The building is located on the Denver Federal Center (DFC) in Lakewood, Colorado. The proposed project will upgrade building and fire suppression systems, repair structural and architectural deficiencies, repair existing elevators, install an additional elevator, abate hazardous materials, improve landscaping as well as provide interior office space build out. This project will provide a more efficient layout that reduces agency utilization rates and allows for the recapture and backfill of approximately 164,000 rentable square feet (rsf) of vacant federally owned space. The vacant space will be occupied by the Department of the Interior’s (DOI) Business Integration Office, Fish & Wildlife Service and Office of Chief Information Officer. The design shall maximize space utilization for the agencies thereby creating an advanced and modern work environment. The design team shall ensure a high performing building that employs a whole building design approach which maximizes the building’s original construction and inherent characteristics to drive efficiency cost effectively. The A/E will strive to deliver an award winning project which embraces the ethos of design excellence and advanced technology, and exhibits a high degree of ingenuity, and creativity. GSA has chosen the delivery method known as Construction Manager as Constructor (CMc). With the CMc delivery method, the General Contractor is competitively selected during the design phase of the project and provides a variety of pre-construction and construction services, establishes a Guaranteed Maximum Price (GMP) and awards a Firm Fixed Price (FFP) construction contract at or around 50% Construction Documents. F or this project, the Government will also retain an independent Construction Manager as Agent (CMa) to assist in procurement activities and any other activities required. A Commission Agent (CxA) will also be procured for this project. All parties will be expected to cooperate and partner with the goal of successfully completing an award winning design and construction project on-time and on-budget. GSA will be contracting separately for CMc services. The CMc will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process. SCOPE OF WORK T he scope of professional services will require at a minimum: professional architectural, engineering, interior design, landscape architecture, 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 Building 53 that includes the abatement of hazardous materials, repairing structural and architectural deficiencies, modernizing building systems to create an efficient and comfortable working environment, and improving interior spaces to allow for backfill with federal agencies. Space alterations shall support each department’s mission of excellence by developing a gathering place that facilitates a rich professional and community life. The interior space plan should achieve optimal efficiencies in the use and organization of spaces, circulation and core functions. Daylighting strategies such as skylights and floor penetrations created by modification of the roof and floor structure should be considered to bring additional light into the core of the building. Enclosed offices, conference spaces, huddle rooms, and phone booths that require walls shall be placed near the core so that natural daylight will not be blocked. Glass walls and partitions can be used to transmit light. Each directorate’s program will determine the number of conference spaces, huddle rooms, phone booths, reception areas, etc. New enclosed offices, meeting rooms, etc. will be required. This can be achieved by fixed hard walls or demountable walls. 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. 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. The lead designer will also be involved in commissioning an artist or artists for this project and a ssisting with the successful integration o f artwork into the architectural design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the Denver Metropolitan Area 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. At that time, the following specialty consultants will be required: MEP Engineering Team, Structural Engineer, and Environmental Consultant. 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 designer-A/E teams will 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. Note: 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 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, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to the GSA project, including workplace design in an existing building. 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 two 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 public architecture and related issues; parameters that may apply in creating an attractive and productive workplace in an existing building and 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. 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 you are a single designer, you are require d to 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. 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, 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 the following: Contracting Officer: Len Wilson Delivery Address: Denver Federal Center, Building 41, Room 240 Lakewood, CO 80225 Phone number: (303) 236-2839 ALL SUBMISSIONS ARE DUE by 3:00PM local time on December 16, 2019 Offeror shall submit electronic copies only. No hard copies of the RFQ will be accepted. The RFQ shall be sent to Len Wilson, Contracting Officer at len.wilson@gsa.gov. Late responses are subject to FAR 52.214- 7. This procurement is being made under the Small Business Program (FAR 52.219-13). This procurement is a set-aside and restricted to small businesses. The NAICS Code is 541310; the side standard is no more than $12,000,000 gross receipts over a three (3) year period or no more than $4,000,000 gross average receipts per year for the same time frame. 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. Contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants during the selection process. The Brooks Act (Public Law 92-582), also known as Qualifications Based Selection (QBS), which was enacted on October 18, 1972, establishes the procurement process by which a firm is selected for award of a federal government contract to perform architect/engineer (A/E) services. The Brooks Act establishes a qualifications-based selection process, in which contracts for A/E services are negotiated on the basis of demonstrated competence and qualification for the type of professional services required at a fair and reasonable price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PT/47PJ0020R0006/listing.html)
 
Place of Performance
Address: Denver Federal Center, West 6th Ave & Kipling Street, Building 53, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN05472412-W 20191012/191010230701-3b6b39701ea6e4b793cdcf80e9c40cb1 (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.