Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2020 SAM #6905
SOLICITATION NOTICE

C -- A/E Design, HVAC and Fire Alarm Replacement

Notice Date
10/23/2020 9:23:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0020R0057
 
Response Due
10/30/2020 11:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
Leo Osborne, Phone: 617-531-2630, Michele Valenza, Phone: 617-565-8508
 
E-Mail Address
leo.osborne@gsa.gov, michele.valenza@gsa.gov
(leo.osborne@gsa.gov, michele.valenza@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Solicitation number has been revised/updated from #47PB0020R0057 to #47PB0020Q0023. This is a Solicitation notice for the Architect-Engineering (A/E) Design project entitled HVAC and Fire Alarm Replacement at the Edward T. Gignoux Federal Courthouse, Portland, Maine.� This is an A/E Design project for the design as a major renovation and alternation that follows the GSA Design Excellence guidelines, the GSA Operational Excellence guidelines, the GSA Facilities Standards for the Public Buildings Service (P-100) and the U.S Court Design Guide2007 (Rev.2015). The Edward T. Gignoux Federal Courthouse is a 3-story (plus basement), granite block structure that was designed in the Second Renaissance Revival style and was completed in 1911.� It is individually listed on the National Register of Historic Places and is considered a GSA Legacy property.��� In 1932, an extension to the east side of the building was completed for occupancy by the U.S Postal Service.� The historic features of the Gignoux Courthouse were restored as part of a modernization and expansion project completed in 1996.� Much of the HVAC System is past its useful life.� The Gignoux Federal Courthouse contains 75,188 RSF.�� GSA intends to solicit and negotiate a firm-fixed-price contract for architectural and engineering services on the basis of demonstrated competence and qualification for the type of professional services required to replace the current HVAC and Fire Alarm system and at a fair and reasonable price, in accordance with FAR Part 36 and the Brooks Architect-Engineers Act (Public Law 92-582, recodified, now at 40 U.S.C. 1101 et seq., Selection of Architects and Engineers). �The scope of the A/E services will include, at a minimum, completion of design concept documents, completion of design development documents, completion of construction documents and specifications, post construction-contract services (PCCS), and other incidental or otherwise necessary services required to complete the upcoming Statement of Work, including cost estimates, value engineering services, computer aided design and drafting (CADD). Separately, GSA also intends to award a Construction Manager as Constructor (CMc) contract as soon as the Design concept is approved. This CMc will work hand-in-hand with the A/E in order to assess constructability of the design as well as provide input throughout the construction document phase.� The Government will also retain an independent Construction Manager as Advisor (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.� This is a request for qualifications (RFQ) of a lead mechanical engineer and a design firm interested in contracting for this work. The lead mechanical engineer is the individual who will have primary responsibility to develop the concept and the project design. The design 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 A/E selection will be completed in two stages as follows: In Stage I, interested lead mechanical engineers and associated design firms will submit portfolios of accomplishment that establish the design capabilities of the lead mechanical engineer and design firm. In Stage II, shortlisted lead mechanical engineers and associated design firms will have a chance to organize complete A/E teams and then 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 solicitation number 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. Submission Requirements Stage I and Evaluation Criteria: DESIGN FIRM: PAST DESIGN PERFORMANCE (35%):� The design 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; modernization of HVAC and fire alarm systems, protection of historic materials and art during construction, and phasing/move coordination in occupied buildings with minimum impact to tenants� operation.� 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, and phone 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. For each project presented in relation to this factor, the Offeror must explain how the characteristics of the submitted project relate to the characteristics of the project described in the solicitation. This section is limited to a maximum of 10 pages. For each project presented the offeror shall submit the following data/information: A. Project Title B. Location of Project C. Project scope D. Total dollar value of project (award price and final contract price) E. The Offerors responsibilities F. Dates of contract start and completion G. Facility details including type of facility, square footage, number of floors, working on high end finishes, etc. H. Customer Service Plan I. A narrative explaining how the characteristics of the submitted project relate to the characteristics of the project described in this solicitation. J. Name, title, address, phone number and email address of the customer contact and building owner who can attest to the quality of work provided. (it is incumbent upon the offeror to ensure the information submitted is current and accurate). PHILOSOPHY AND DESIGN INTENT (25%):� In the lead mechanical engineer�s words (maximum of two pages), as related to this project, state: the parameters of an overall design philosophy; their approach to the challenge of public architecture-engineering and related issues; commitment to integrated and sustainable designs & energy conservation and commitment to historic materials and art preservation. 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. � LEAD MECHANICAL ENGINEER�S 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. Lead mechanical engineer will be the individual leading the team to design the above mentioned project LEAD MECHANICAL ENGINEER�S PORTFOLIO (25%):� Submit a portfolio representative of the lead mechanical engineer�s ability to provide design excellence. Address his or her participation in each project. If a single engineer, submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). If the lead engineer is a team, submit graphics and a description of up to two projects from each lead engineer 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 Design Performance, the lead engineer shall address his or her participation in the project.� Lead mechanical engineer will be the individual leading the team to design the above mentioned project. Stage II The shortlisted lead mechanical engineers and associated design firms will be notified and asked to submit more detailed information indicating each member of the complete A/E team, including all outside consultants. Sufficient time will be provided for the lead mechanical engineer and associated design firm to establish its complete A/E team. The firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire A/E 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 Evaluation Criteria for Stage II: TEAM DESIGN PERFORMANCE (50%): Review portfolio narratives describing architectural and engineering challenges and the design response. Confirm that the team�s solutions addressed the challenges. Search Standard Form 330 for evidence that the team as a whole has experience with the interview topic issues (e.g., community context, design image, function, sustainable design, team organization, and commitment of lead designer). Confirm that the team has experience on projects similar in size and complexity and can work together successfully. Also expect the presentation to confirm these conclusions. TEAM ORGANIZATION AND MANAGEMENT PLAN (30%): T h rough a combination of Standard Form 330 and the oral presentation, each lead designer-A/E team should identify key roles, lines of communication, and the means to integrate client and community input; explain quality and cost control plans; provide the physical location of major design and production work; describe the coordination plan for consultant work; and outline the work to be produced in remote offices. A/E Evaluation Board members should analyze each element and its place in the whole. PROFESSIONAL QUALIFICATIONS (15%): Standard Form 330 is the primary source for detailed information on key personnel. Expect to see resumes of the entire lead designer-A/E team. GEOGRAPHIC LOCATION (5%): Each lead designer-A/E team must demonstrate that at least 35% of the A/E contract services will be accomplished within the geographic boundaries established for the project. 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 mechanical engineer and the A/E�s design team 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 design firms. 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, along with letter of interest and the portfolio to the following: Contracting Officer, Michele Valenza via email at Michele.valenza@gsa.gov �and Contract Specialist, Leo Osborne at leo.osborne@gsa.gov ALL SUBMISSIONS ARE DUE by 2:00PM Eastern Standard Time on October 30, 2020. Offeror shall submit the RFQ, one (1)�hard copy and one (1) Flash/Thumb drive to Leo Osborne/Michele Valenza, 10 Causeway Street, 11th Floor, Boston, MA� 02222.���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 541330, Engineering Services; the side standard is no more than $16.5 million average annual receipts of a firm (how to calculate average annual receipts can be found in 13 CFR � 121.104).� Small, women-owned, and small disadvantaged and Veteran Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. The government is not responsible for the A/E travel, living expenses, computer time or hookups for the prime or the consultants during the selection process.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e69ba78e16b4eecb5c772590d0b6277/view)
 
Place of Performance
Address: Portland, ME, USA
Country: USA
 
Record
SN05836894-F 20201025/201023230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.