Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

C -- A/E Services for the new Toledo Courthouse

Notice Date
4/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
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
GS05P04GBC0020
 
Response Due
5/25/2004
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103, - Rosa Gomez, Contract Specialist, Phone 312 886-2897, Fax 312353-1743,
 
E-Mail Address
jason.gerloff@gsa.gov, rosa.gomez@gsa.gov
 
Description
C—Architect Engineer Services Solicitation # GS05P04GBC0020- Toledo, OH The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for a new Court House for the Federal District Courts in accordance with GSA quality standards and requirements. This project will have a principal emphasis on site development, new construction and infrastructure improvements. The building is approximately 20,500 gross square meters (224,000 gross square feet) including 35 interior parking spaces, on a Government owned site located within the Central Business District of Toledo, Ohio. The Estimated Construction Cost range is $60 million to $70 million. The facility will be designed in hard metric units. The scope of work will require at a minimum: site and building design, metric construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS) for a Federal Court House that includes the construction of the new building and related systems, indoor parking, site development, client program development, socio-economic and sustainable program features. This project is to include GSA design standards for secure facilities and U.S. Marshals Service construction and security requirements, U.S.Courts Design Guide, as well as specific tenant-agency security requirements. This building will be an anchor development in the neighborhood and should make a distinct architectural statement that is responsive to the overall urban design, quality of life and shall be consistent with the historic site concept of the Toledo Civic Center Mall. The project will provide a facility that meets energy goals and includes sustainable design and construction practices (LEED). This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E firm as defined as 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 for GSA. 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 for Stage I. The Government may provide a stipend for Stage II (Charrette), which will be determined at a later date. 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 Fed Biz Opps announcement and briefly describing the firm, its location, organizational makeup, and noteworthy accomplishments; B) Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project) modified to include only the A/E’s information (Identification of consultants is not required at this stage) 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. 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. In this stage the entire project team, including the A/E firms selected in the first stage, their designated Lead Designers and ALL the consultants who will work on the project will be evaluated. 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. A brief period, approximately 3weeks, 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 in the state of Ohio. The Selection 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, professional qualifications, and team organization and management plan. The Stage II evaluations will require an interview with the A/E Evaluation Board and will culminate with a one day Design Charrette on the day following the interviews. The purpose of the Design Charette is to further evaluate the design merits of each Designer’s “Vision”. The design Charette results will be used in conjunction with Stage II rankings in the final evaluation of the A/E firm. The Design Charrette results will be evaluated by a jury of GSA Peer Professionals. The evaluation criteria to be used by the jury shall include: community context, architectural strategy and image, courthouse functionality and sustainable design. The submitted design concepts become the property of the Government. Associated plans, drawings or specifications provided under this solicitation are intended for use by prospective bidders/offerors (and their subcontractors and suppliers). In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to building drawings/plans, security equipment, security equipment installations, and contract guard service, to include: 1) Limiting reproduction and/or dissemination of covered materials only to persons/parties related to this acquisition or otherwise authorized to receive such information; 2) Making every possible effort that is reasonable and prudent to prevent unauthorized disclosure of this information; 3) Upon award and completion of any appeals process, unsuccessful bidders/offerors making every reasonable and prudent effort to destroy or render useless all information/documentation received during the solicitation and/or appeals process; and 4) The awardee continuing the efforts required above throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the “awardee” This procurement is open to small and large business concerns. In accordance with 15 USC 631 Et. Seq., the A-E will be required to provide the maximum practical opportunities to Small, small woman-owned, small minority-owned, small HUBZone, small Veteran-Owned, and small Service Disabled Veteran-Owned businesses. The use of subcontractors/consultants shown in the Stage II 255 and SF 254 will be reflected in a Subcontracting Plan which will be included in the contract. The detailed plan is to be submitted with the SF-255 in Stage II. Each individual firm will determine the minimum acceptable subcontracting target goals for this project. A small business criterion for each category is based on the contractor’s average annual receipts for the proceeding three fiscal years. Contact your local SBA office for further information. Firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the highest subcontracting goals possible for Small, small woman-owned, small minority-owned, small HUBZone, small Veteran-Owned, and small Service Disabled Veteran-Owned businesses. Firms advancing to Stage II must also provide a brief written narrative of outreach efforts made to utilize small, disadvantaged, HUBZone and women-owned businesses. The narrative shall not exceed one written page. An acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Small businesses are not subject to this requirement. For Stage I Submittals: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting six (6) complete copies of the entire submittal including the portfolios, modified SF-254 (information just for the “A/E Design Firm”), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (information just for the “A/E Design Firm”) and a letter of interest TO: Mr. Jason Gerloff, Contracting Officer, General Services Administration, 230 South Dearborn, Suite 3512, DPN: 35-6, Chicago, IL 60604, by 2:00 PM CST May 25, 2004. 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 SF-255, the A/E Design Firm is to reference their portfolio submission which MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the Fed Biz Opps announcement for this STAGE I Solicitation. In Block 11 of the SF-255, the A/E Design Firm MUST sign, name, title and date the submittal. The contract will be procured under the Brooks Act and F.A.R. 36. This is not a Request for Proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/5PCI/GS05P04GBC0020/listing.html)
 
Place of Performance
Address: U.S. District Courthouse Cherry Street and Michigan Street Toledo Civic Center Mall Toledo, OH 43624
Zip Code: 43624
Country: USA
 
Record
SN00604082-F 20040617/040615213236 (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.