Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
MODIFICATION

C -- Design Excellence - New U.S. Courthouse, Cedar Rapids, Iowa

Notice Date
3/5/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P02GZC0520
 
Response Due
4/2/2002
 
Point of Contact
Georgann Butler, Contracting Officer/Contracting Specialist, Phone (816) 823-4918, Fax (816) 823-2096,
 
E-Mail Address
georgann.butler@gsa.gov
 
Description
NOTE: The following change is incorporated into this solicitation (it is in CAPS in the body): Submittal of less than five(5) projects will result in a lower score; if more than five projects are submitted, only the first five (5) will be scored. Projects not completed within the last ten (10) years will not be considered. C-Architect-Engineer Services Solicitation # GS06P02GZC0520 (PCN NIA97007) - Cedar Rapids, Iowa. The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a new, multi-tenant United States Courthouse, in accordance with GSA quality standards and requirements. The United States Courts will be the primary tenant of the new building. The building is approximately 250,000 gross square feet, including 22 interior parking spaces, at a proposed site location in downtown Cedar Rapids, Iowa. GSA Heartland Region, Solicitation No. GS06P02GZC0520 (PCN NIA97007). -The Estimated Construction Cost range is $50 - 60 million. Point of Contact: GSA Project Manager, John T. Topi, telephone (816) 823-4903, FAX (816) 926-3571, E-mail john.topi@gsa.gov; GSA Contracting Officer, Georgann Butler, telephone (816) 823-4918, FAX (816) 926-3571, E-mail georgann.butler@gsa.gov. Interested parties may provide submittals as noted below. The facility will be designed in metric units. The scope of work will require at a minimum; metric (System International) construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for a courthouse that includes the construction of a new building and related systems, interior parking, site development, client program requirements, and sustainable features. The building is also to include GSA design standards for secure facilities. A site proposed by the City of Cedar Rapids, at the Southern edge of downtown, adjacent to the Cedar River, is under consideration. This new project will be an expression of the American architectural tradition and a visual testimony to the enterprise, vigor and stability of the American Government. The new Courthouse will reflect the dignity of the Courts and invoke the open legal system of the United States, while maintaining current security requirements. The new Courthouse will become an integral part of downtown Cedar Rapids and should make a distinct architectural statement that it is responsive to the overall urban design quality of life of the burgeoning mixed-use neighborhood. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The objective of the selection process is to procure the services of an excellent designer and firm, supported by highly qualified design professionals, who will design a building that exemplifies Design Excellence. Accordingly, this will be a two (2) stage selection process, under GSA Design Excellence procedures, that will establish the experience and design ability of the Lead Architectural Designer and his/her firm in Stage I and the entire project team's qualifications in Stage II. The A/E firm as used in this RFQ is an association, joint venture partnership or other entity that will have contractual responsibility for the project design. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building's architecture. The A/E firm must address the contractual relationship with the Lead Designer and project team in Stage II. When developing the project team required for Stage II, at least 35% of the design effort, including working drawings, must be performed within the State of Iowa. The short-listed A/E Firms/Lead Designers shall be required, in Stage II of the selection process, to demonstrate how this will be accomplished. 5% of the Stage II scoring will reflect how the A/E team meets this goal. The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8 ?" x 11" format. 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; and modified Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of consultants is not required at this stage. Submission requirements and evaluation criteria: (1) Past Performance on Design (35%): The A/E Firm will submit graphics (maximum of three pages per project) for five (5) new construction projects of similar size or complexity completed in the last ten (10) years. Submittal of less than five (5) projects will result in a lower score. If more than five projects are submitted, only the first five (5) will be considered. Projects not completed within the last ten (10) years will not be considered. The narrative (maximum of two pages per project) 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. Include tangible evidence where possible such as certificates, awards, peer recognition, etc. demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) Philosophy and Design Intent (25%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues such as the integration of energy-conscious and low maintenance design features, and other parameters that may apply in creating a state-of-the art courthouse in an urban neighborhood environment. (3) Lead Designer Profile (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of 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. Submit graphics (maximum of three pages per project, and a typewritten description (maximum of two pages per project) of up to five (5) new construction projects completed in the last ten (10) years. SUBMITTAL OF LESS THAN FIVE (5) PROJECTS WILL RESULT IN A LOWER SCORE; IF MORE THAN FIVE PROJECTS ARE SUBMITTED, ONLY THE FIRST FIVE (5) WILL BE SCORED. PROJECTS NOT COMPLETED WITHIN THE LAST TEN (10) YEARS WILL NOT BE CONSIDERED. 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 operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his or her participation in the project. 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 short-list of three to six firms. 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. A follow-up announcement shall be placed in this publication containing a list of the short-listed firms. Each firm will be required to complete Standard Forms 254 and 255 that reflect their 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 short-list announcement. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The Board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project and project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Final selection will be based on evaluation of the Stage II submittals and each firm's interview. The anticipated final A/E contract will include pre-design, schematic design, design development and construction document services. The contract may include options for bidding services, tenant improvement services and construction contract administration services. Construction documents may require a single bid package, or multiple bid packages. Construction may be achieved through Construction Manager as Constructor (CMc), also referred to as CM at risk. The CMc will be involved in the design process, to provide construction expertise, estimating and cost information, and constructability review. The CMc will continue with construction by separately procuring contracts for construction. Professional services include the preparation of working drawings and specifications and may require special services, such as: cost estimating, landscape/urban designer, interior design, acoustics, fire protection, security and detention systems design, and blast consultant. In addition, special studies, reports, planning, programming services, on site surveys (including geotechnical surveys and analyses, topographical and boundary surveys), remediation studies, design and inspection of petroleum-impacted soils and other hazardous materials, value engineering services, construction of courtroom "mock-ups", construction observation services and other design and testing procedures that are common in the construction industry will be provided if so requested by the Government. In addition, this building will be designed to meet the LEED Silver standard, or greater, as defined by the U.S. Green Building Council. Where offerors propose in-house staff to provide special services, offerors should demonstrate that the qualifications of in-house personnel are equivalent to that of a consultant. Inclusion of a "certified fire protection engineer" and a vertical transportation consultant on the Stage II design team is required. The Lead Architectural Designer of the selected team will be involved in the selection of an artist and development of artwork as part of the Art-in-Architecture program. Design shall be hard metric (System International - SI). Drawings shall be created and submitted in native AutoCAD, latest release. Drawings created in other CAD programs and then translated to AutoCAD are not acceptable. Formatting for electronic drawings shall be per GSA standards. Specifications, reports, databases, and similar items shall be submitted in native MSOffice 2000, latest release format. The firm/joint venture shall update software versions at their own expense. Offerors are invited to attend a pre-submittal conference to discuss project requirements and the selection process. This meeting will be held at the existing United States Courthouse, 101 1st Street, SE, Cedar Rapids, Iowa 52406, on or about 10:00 a.m., on March 13, 2002. Offerors are requested to notify Georgann Butler, GSA Contracting Officer, FAX (816) 926-3571, of the persons who attend the conference, in order to facilitate access to the courthouse. FOR STAGE ONE SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting modified SF-254 (for the A/E Design Firm), which must not be dated more than twelve (12) months before the date of this synopsis and modified SF-255 (for the "A/E Design Firm") along with letter of interest and the portfolio TO: General Services Administration, Office of Business and Support Services (6ADB), 1500 East Bannister Road, Room 1160, Kansas City, MO 64131-3088, by 2:00PM local time on April 2, 2002. A total of five (5) copies 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 F.A.R. Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A/E Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the CBD announcement for Stage One Solicitation. In Block 11 of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (F.A.R. 52-219-19). This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $4 million gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. 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. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and F.A.R. 36. Award of this contract is contingent upon receipt of design funds. The successful offeror is advised that the Government intends to propose use of the Partnering process during the design and construction of this building. This is not a request for Proposal.
 
Place of Performance
Address: Cedar Rapids, Iowa
Country: USA
 
Record
SN00035960-W 20020307/020305213344 (fbodaily.com)
 
Source
FedBizOpps.gov 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.