Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

C -- Architect-Engineer Design Services for the Charlotte, NC, New United States Courthouse

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-04-EXC-0039
 
Response Due
7/29/2004
 
Archive Date
8/13/2004
 
Point of Contact
Alison Smith, Contract Specialist, Phone (404) 331-4630, Fax (404) 331-7063, - D. Jean Clark, Contracting Officer, Phone (404) 331-5484, Fax (404) 730-9643,
 
E-Mail Address
alison.smith@gsa.gov, jean.clark@gsa.gov
 
Description
C-Architect-Engineer Services Solicitation # GS-04P-04-EXC-0039 ? Charlotte, North Carolina, Contracting Officer's Phone Number(404) 331-4630 Continuing a centuries-old legacy of extraordinary public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation?s most talented architects to design Federal buildings of outstanding quality and value, buildings that provide superior workplaces for civilian Federal employees as well as give 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 for a New United States Courthouse to be constructed in Charlotte, North Carolina in accordance with GSA quality standards and requirements. The building is approximately 34,069 gross square meters (gsm) 366,724 gross square feet (gsf) without parking, and approximately 36,298 gsm 390,724 gsf including 60 interior parking spaces. The proposed courthouse will provide a total of twelve (12) courtrooms - six (6) district - three (3) magistrate -three (3) bankruptcy courtrooms. The building will house the District, Magistrate and Bankruptcy Courts: U. S. Attorney: U. S. Marshals Service: U. S. Probation: U. S. Pretrial Service: Public Defenders and GSA. The proposed facility will be constructed in Central Business District of Charlotte, NC with the site identified, but not formally acquired as being the city block of approximately 3.27 acres bounded by East Trade Street, North Caldwell Street, East Fifth Street, and North Davidson Street. The Estimated Construction Cost range is approximately $80 million to $90 million. The facility will be designed in metric units. The scope of work will require at a minimum: design phase schedule, metric construction drawings, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, computer-aided design and drafting (CADD) and construction phase services (option to be exercised at a later date) for a facility that includes the construction of a new building and related systems, inside parking, site development, client program requirements, and sustainable features. The facility must be designed to meet the energy goal established by GSA. The building is also to include the GSA design standards for secure facilities; Facilities Standard for the Public Buildings Services; the Courts Design Guide requirements; the U. S. Marshal?s design requirements, the U. S. Attorney?s Office design requirements and any other agency specific guidelines as part of the design. The design of the facility shall include sustainable design and construction practices following the LEED format and will incorporate total building commissioning as defined by GSA design guides. GSA will contract separately during the design phase for Construction Management (CM), Construction Manager as Constructor (CMc) services and Commissioning Agent (CA). The CM, CMc and CA will be involved in the design process to provide: construction expertise, estimating and cost information, and functionality and constructability reviews. The CMc may continue with construction by separately procuring subcontracts for construction. There will be a formal partnering process throughout the design and construction phases to promote successful project development and execution through voluntary commitments to accomplish established agreed-upon project objectives by all involved parties to their mutual benefit. 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 A/E firm must address the contractual relationship with the Lead Designer and project team in Stage II. The Lead Designer will also be involved in commissioning an artist or artists for this project and in assisting with the successful integration of works of arts into the architectural design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the State of North Carolina. Additional Subcontracting Goals: Total Small Business 46% Total Small Disadvantaged Business 18% Woman-owned 5% Section 8 (a) 12% Other SDB 6% HUB Zone 3% Service-disabled Veteran-owned 3%. 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 submission should include a cover letter referencing this 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. The assembled Stage I portfolio should be no more than ? inch thick. STAGE I submission requirements and evaluation criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Firm or team 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, function, image, mission, economic, schedule and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence 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 (20%): In the Lead Designer?s words, (maximum of two typewritten pages) state his/her/their overall design philosophy, approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the art courthouse, and commitment to integrated design. (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 (30%): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. If a single designer, submit graphics (maximum of three pages per project, and a typewritten description (maximum of two pages per project) of up to three projects completed in the last ten years. If the lead designer is a team, submit graphics and typewritten description of up to two projects from each lead designer 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 & 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), 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 approximately 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. 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 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. In developing the project team for the Stage II submission, the A/E Firms are advised that at least 35% of the level of contract effort must be performed within the state of North Carolina. The office(s) meeting this 35% (minimum) requirement must have an active production office within the state of North Carolina established at least 90 days prior to the date of this announcement. As a member of the A/E team, the Architect of Record must be licensed in the state of North Carolina. The required license must be in place within 60 days of award of the contract. 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 design team?s understanding of the unique aspects of the project, their design philosophy, project management process, and quality assurance plan. Stage II rankings will be used in conjunction with Stage I rankings to determine the firm that will be recommended for selection. FOR STAGE ONE SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five copies of modified SF 254 (for the ?A/E Design Firm?) which must be dated not more than twelve (12) months before the date of this synopsis, modified SF-255 (for the ?A/E Design Firm?) along with letter of interest and the portfolio TO: General Services Administration, 401 West Peachtree Street NW, Suite 2500, Atlanta, Georgia 30308, Attention: Alison M. Smith, by 3:00 PM local time on July 29, 2004. Submit five copies. Please address inquiries to Alison M. Smith, Contracting Officer 404-331-4630 or by e-mail Alisonm.smith@gsa.gov. 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 FAR 52.214-7. In block 10 of the SF 255, the A/E Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in this announcement for this STAGE I Solicitation. In Block 11 of the SF 255, the A/E Design Firm MUST sign, complete name, title, and date the submittal. A PRE-SUBMITTAL MEETING for Stage I will be held at the Charles R. Jonas Federal Building, 401 West Trade Street, Charlotte, North Carolina in the Ceremonial Courtroom on the second floor at 10:00am on June 23, 2004. Please arrive early to allow time to go through security. Picture IDs will be required. Cell phones, laptops or any other electronic equipment will not be allowed in the Federal Building. For additional information call (404) 331-4630. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 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 $4,000,000 gross average receipts 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 and will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. Small, small disadvantaged, woman-owned, HUB Zone and Service-disabled Veteran-Owned 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 FAR PART 36. THIS IS NOT A REQUEST FOR PROPOSALS. CONTRACT AWARD IS SUBJECT TO THE AVAILABILITY OF FUNDING.
 
Place of Performance
Address: Charlotte, NC
Zip Code: 28202
Country: USA
 
Record
SN00598528-W 20040606/040606111644 (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.