Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
SOLICITATION NOTICE

C -- Design a New Federal Courthouse in Harrisburg, PA

Notice Date
3/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-04-CDC-0047
 
Response Due
4/19/2004
 
Archive Date
11/1/2004
 
Point of Contact
Kimberly DeSant, Contract Specialist, Phone (215) 446-4562, Fax (215) 209-0548,
 
E-Mail Address
kim.desant@gsa.gov
 
Description
The General Services Administration announces an opportunity for Design Excellence in Public Architecture. Complete Architectural and Engineering (A/E) services are required for the design and construction of a new Federal Courthouse to house the U.S. Courts and Court-related agencies in Harrisburg, Pennsylvania. The site will be located within the city limits of Harrisburg, PA. The objectives for this project, include but are not limited to, serving the Government’s needs for functional space in the most efficient and cost effective manner, to provide visual testimony to the dignity and stability of the United States Government, communicate the importance of the federal judiciary’s mission, and create an asset to the community which reinforces the urban planning objectives cultivated by the City of Harrisburg. The size of the building will be 24,432 gsm (262,970 gsf), including interior parking, and may house eight courtrooms (four District, two Magistrate and two Bankruptcy), as well as other court and court-related functions. The Estimated Construction Cost range is $70 million to $80 million. The facility will be designed in metric units. The scope of work will require at a minimum: metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for a Federal Courthouse that includes the construction of the new building and related systems, both site and indoor parking, site development, client program development, socio-economic and sustainable program features. This building will also include GSA design standards for secure courthouses and U.S. Marshals Service construction and security requirements. The project will provide a facility that meets energy goals and includes sustainable design and construction practices (LEED). Estimated start date for design is November 1, 2004. GSA’s CAD Deliverables Policy will be incorporated as a requirement of the awarded contract. This policy is available from the Contracting Officer upon request. Alternatively, you may access the CAD Deliverables Policy on the Internet at http://www.gsa.gov/midatlanticcadpolicy . Graphic submissions, which reflect spatial information, must comply with this policy. Drawings created in other CAD programs and then translated into AutoCAD are not acceptable. Specifications, reports, databases, and similar items shall be submitted in Microsoft Word 2000 format at a minimum. The firm/joint venture shall update software versions at their own expense at the request of the Government. 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 design. The Lead Designer is the individual or design studio that will have primary responsibility for the design concept and the building’s architecture. The A/E Firm must clearly define the contractual relationship with the Lead Designer and its ability to manage the design and production of construction. The Stage I selection will result in a short list of a minimum of three to five lead designers and their firms. This selection is open to A/E design firms, as defined above, within the United States. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants related to meeting the requirements of this RFQ. The A/E selection will be completed in two stages as follows: In Stage I, an interested firm will submit a portfolio of accomplishments to establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8-1/2 x 11 format. The Stage I submission should include the following: A) a cover letter referencing the CBD announcement and briefly describing the firm, its location, organizational makeup, and noteworthy accomplishments; B) Standard Form 254 (Architect-Engineer and Related Services Questionnaire) modified to include only the A/E’s information (Identification of consultants is not required at this stage) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project) and C) a design portfolio which is to include the following submission requirements and evaluation criteria: (1) Lead Designer Portfolio (35% of evaluated score): 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 three new construction projects completed in the last ten years. 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 #3, the Lead Designer will address his/her participation in the project. (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, and parameters that may apply in creating a state-of-the-art Courthouse in an urban neighborhood environment. (3) Past Performance on Design (25%): The A/E Firm will submit graphics (maximum of three pages per project) of not more than five new construction projects completed in the last ten years. 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, 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. 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. (4) 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. An A/E Evaluation Board consisting of a private sector peer, a representative of the client and professional representatives from GSA will evaluate the submissions. 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. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date 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. In developing the Stage II project team, A/E firms are advised that at least 35% of the level of contract effort must be performed within the hereby-designated general geographical area consisting of the states of Delaware, Maryland, New Jersey, New York, Pennsylvania, Virginia and West Virginia, as well as the District of Columbia. The A/E firm shall have knowledge of the locality of the project and will have forty-five (45) calendar days after contract award to establish a production office in the designated geographical area, should no office(s) currently be physically located within the designated geographical area for this requirement. The Selection Board will interview each team at GSA’s Regional office located in Philadelphia, PA. 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. This procurement is open to small and large business concerns. In accordance with Public Law 95-507 and FAR 52.219-9, large business A/E firms shall be required to provide the maximum practicable subcontracting opportunities to small business concerns and small business concerned owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. As part of its Fiscal Year 2004 commitment to socioeconomic initiatives of the Federal Government, the U.S. General Services Administration has established a subcontracting goal of 39 percent for small business, which includes 6.0 percent for small disadvantaged business, 5.0 percent for small women-owned business, 3.0 percent for small HUBZone participants, 3.0 percent for veteran-owned small business, and 3.0 percent to service disabled veteran-owned small business. In support of the agency efforts, firms seeking consideration for this contract shall provide maximum practicable subcontracting opportunities for small, small disadvantaged, small women-owned, small HUBZone, and small veteran-owned businesses. The use of subcontractors/consultants shown on the submitted SF254 & 255's will be reflected in a Small Business and Small Disadvantaged Business Subcontracting Plan included in this contract. In Stage II, A/E firms shall also provide with their submittal, a brief written description of outreach efforts made to utilize small, small disadvantaged, small women-owned, small HUBZone, and small veteran-owned businesses. The narrative shall not exceed one (1) type written page. An acceptable subcontracting plan must be agreed to before contract award. (Small businesses are not subject to this requirement). The formal subcontracting plan is not required with this submittal. A/E firms are encouraged to attend a pre-submission conference to discuss project requirements and the selection process. The conference will be at the Federal Building & U.S. Courthouse, 228 Walnut Street, Courtroom 1, 9th Floor, in Harrisburg, PA on Wednesday, April 7, 2004 beginning at 1pm EST. A/E firms are requested to notify Kim DeSant, GSA Contracting Officer via email (kim.desant@gsa.gov) of the persons who will attend the conference. Minutes of the meeting may be obtained five working days after the conference. A/E firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting five (5) bound 8 1/2 x 11" copies of the requested information for Stage I only, along with a letter of interest, to the following address no later than 2:00 p.m., Philadelphia local time, on April 19, 2004 to GSA, Allegheny Service Center (3PK), The Strawbridge Building, 20 N. 8th street, 8th Floor, Philadelphia, PA 19107-3191, Attention: Kim DeSant. This solicitation is being issued in accordance with the Brooks Act and FAR Part 36. This is not a request for proposal. Any inquiries may be directed to Kim DeSant, GSA Contracting Officer, (215) 446-4562. This announcement represents the Government’s official information on this project. Any information taken from other publications is used at the sole risk of the A/E firm. The procuring office cannot guarantee the accuracy of information contained in other publications. Firms wishing to be considered must submit pertinent information as required above. When responding to this announcement, A/E firms should fully address their capability with regard to each of the above stated minimum requirements and evaluation factors. The top ranked firms will be recommended for development of Stage II proposals and interviews based upon their written responses to this announcement. A follow-up announcement shall be placed in this publication containing a list of firms considered to be the most highly qualified. Award of this contract is contingent upon receipt of design funds. The successful A/E firm is advised that the Government intends to propose the use of partnering process during the design and construction of this building. This is not a request for a fee proposal.*****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/3PK/GS-03P-04-CDC-0047/listing.html)
 
Place of Performance
Address: Harrisburg, PA
 
Record
SN00545181-F 20040317/040315223328 (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.