Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2003 FBO #0673
SOLICITATION NOTICE

C -- Professional Architect/Engineering Design Services for the Curtainwall Design and Repair of the Everett M. Dirksen Courthouse and the John C. Kluczynski Federal Building in Chicago, IL.

Notice Date
9/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P03GBC0121
 
Response Due
10/31/2003
 
Archive Date
11/15/2003
 
Point of Contact
Samantha Mehal, Contracting Officer, Phone 312-353-1323, Fax 312-353-9186, - Samantha Mehal, Contracting Officer, Phone 312-353-1323, Fax 312-353-9186,
 
E-Mail Address
samantha.mehal@gsa.gov, samantha.mehal@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for Curtainwall Design and Repair at the Chicago Federal Center. Architect/Engineering (A/E) Design Services and preparation of bridging documents are required for a curtainwall repair project in the Everett M. Dirksen Courthouse (EMD), 219 South Dearborn Street, and the John C. Kluczynski Federal Building (JCK), 230 South Dearborn, Chicago, Illinois. Designed by Ludwig Mies van der Rohe, The 30 story Dirksen Courthouse was completed in 1964 and the 42 story Kluczynski Building was completed in 1973. Both buildings are fully occupied. The estimated total construction cost for the project is approximately in the range of $18,000,000 to $22,000,000. 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, is an association, joint venture, partnership or other entity that will have contractual responsibility for the project concept and bridging documents. The Lead Designer is the individual or design studio that will have primary responsibility for the design concept. The scope of work: The curtainwall systems at the EMD & JCK buildings are one of the first curtainwall systems constructed of both steel and aluminum elements. This project proposes repairs to the original curtainwall system, replacement of deteriorated glass-to-metal and metal-to-metal building joint seals, repair or replacement of damaged curtainwall components, installation of a proper weep system to drain water from the curtainwall system, painting both buildings in their entirety, modifications to the glass lites to improve blast resistance and improve thermal efficiency, and establishment of a consistent overall building appearance in strict compliance with original building design aesthetics Procurement Methodology. The Design A/E selected under this solicitation will design the curtainwall repairs through concepts and design development. The resulting set of Bridging Documents will be used to solicit a Design-Build team that will complete construction documents and provide all construction services. The Design A/E for this solicitation may also provide inspection services and shop drawing review during construction. The Scope of Architect/Engineer Services required under this proposed contract may include, but is not limited to, the following: preparation of bridging documents (consisting of drawings, specifications and guidelines); evaluation, design, and document preparation to be used in providing clear direction to the design/build team; presentations to the local, state, and national historical officials for approval; coordination of previous analysis and work performed at the Federal Complex; review, documentation, and discussion with design/build team to ensure a smooth and complete transition of desired design direction; specifications and cost estimates; site investigations; analysis of previous investigative reports; shop drawing approval and construction site inspection; and other required supplemental services if so requested by the Government. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural and Engineering capabilities of the A/E Design Firm, their Lead Designer, and a preservation expert experienced in the preservation of significant mid-twentieth century buildings. The Lead Designer and Preservation Expert may be the same person. In the first stage, a minimum of three (3) A/E Design Firms will be selected for continuation into the stage two interviews. The short list will be based on the A/E Design Firm?s submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence within a historic modernist high-rise curtainwall structure and will express its design approach and philosophy. In Stage 1, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm, its Lead Designer and the Preservation Expert. All documentation will be in an 8 ?? x 11? format. The portfolio should include the following: a cover letter referencing the FBO 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. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (25%): The A/E Design Firm shall submit 8? X 10? graphics (maximum of three per project) and a written description (maximum of one page per project) of projects completed within the past fifteen years. Submit NO MORE THAN five (5) relevant projects. The firms responding shall clearly demonstrate competence in curtainwall design/repair, development of phasing plans for occupied facilities, and sensitive design treatment of mid-20th century heritage buildings. The narrative shall address the design approach and salient features for each project (including evidence where possible such as certificates, awards, and peer recognition) and discuss how the historic preservation and design constraints were satisfied by the design solution. (2) LEAD DESIGNER?S PORTFOLIO (25%): The Lead Designer shall submit 8? X 10? graphics (maximum of three per project) and a written description (maximum of one page per project) of three (3) relevant projects each completed within the last ten years directly attributable to the Lead Designer. Narrative shall include a discussion of design challenges and solutions. (3) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer?s words (maximum of two written pages), state his/her overall design philosophy, approach to the challenge of resolving historic preservation issues, and parameters that may apply specifically to the renovation and repair of historic buildings. Also focus on coordinating complex multiphase construction in occupied office space. (4) LEAD DESIGNER & PRESERVATION EXPERT PROFILE (25%): Submit a biographical sketch including education, professional experience and recognition for design efforts inclusive of examples of similar projects for BOTH the Lead Designer and the Preservationist. (The Lead Designer and Preservationist may be the same person). Identify and describe areas of responsibility and commitment to this project. STAGE II: An interview with each project team will be included in this stage. At this stage, offerors must demonstrate capability to perform 35% of the design effort within the designated geographical area, which is the State of Illinois. SMALL BUSINESS: This contract may only be awarded to a small business entity; however, this does not preclude consultants who are large businesses. Small business criteria are based on the contractor?s average annual receipts for the preceding three (3) years. Contact your local SBA office for further information. HOW TO OFFER: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting the information requested in the four evaluation criteria, included herein with a letter of interest identifying this announcement by solicitation number no later than October 31, 2003 by 4:00 p.m. (CST). The information is to be submitted to the attention of Samantha Mehal at GSA, PBS, Property Development (5PCO), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1696. The following information must be on the outside of each submittal package: (1) Solicitation No. and Title, (2) Due date and (3) Closing time. Late responses are subject to FAR provision 52.215.10. Each 255 submitted must make the following certification as the last entry in Block 10: ?I hereby certify the firm (or joint firm) and consultants listed for this project meet the geographic locations stated in the FBO announcement for this solicitation.? A follow-up listing of firms to be interviewed will appear in this publication. All other A/E firms and consultants interested in participating in the design team should submit a one page letter of interest only, which will be forwarded to the short-listed firms. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS PROJECT. Award of this contract is contingent upon receipt of design funds and successful negotiation of a reasonable fee. This is not a request for fee proposal. A-E firms will not be reimbursed for expenses or efforts under Stage I and/ or Stage II submissions.
 
Place of Performance
Address: Everett M. Dirksen Courthouse (EMD), 219 South Dearborn Street, and the John C. Kluczynski (JCK) Federal Builiding, 230 South Dearborn Street in Chicago, Illinois.
Zip Code: 60604
Country: USA
 
Record
SN00444114-W 20031001/030929213226 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.