Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

C -- Architect Engineer Services, for the A.J. Celebrezze Federal Building

Notice Date
10/27/2003
 
Notice Type
Modification
 
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
GS05P03GBC0096
 
Response Due
10/8/2003
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103,
 
E-Mail Address
jason.gerloff@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ANNOUNCEMENT FOR TWO PHASE A/E SELECTION PROCESS GSA received proposals on October 8, 2003 and has announced the Short Listed firms for Stage 2. The short listed firms are: Richard Fleischman Richard Fleishman + Partners Architects 1025 Huron Road Cleveland, OH 44115 Phone: 216-771-0090 Fax: 216-771-6687 Thomas Balsey Thomas Balsey Associates 31 West 27th Street New York, NY 10001 Phone: 212-684-9230 Fax: 212-684-9232 Lou Terada Collaborative Design 5880 Sawmill Road, Suite 250 Dublin, OH 43017 Phone: 614-798-5115 Fax: 614-798-5105 Interviews will be conducted in November. C—Architect Engineer Services Solicitation # GS05P03GBC0096- Cleveland, Ohio The General Services Administration (GSA) Great Lakes Region announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design for the modernization of the existing A. J. Celebrezze Federal Building in Cleveland, Ohio in accordance with GSA quality standards and requirements. This procurement is set aside for small businesses. The A.J. Celebrezze Federal Building is a 32 story office tower located in the northeast section of downtown Cleveland on a plot of land bound by Lakeside Avenue on the north, East Ninth Street on the east and East Sixth Street on the west. The total building gross square footage is approximately 1,462,628 square feet; this includes the two basement levels and the 32 floors above grade. At ground level, the building is adjoined on all four sides by a public plaza with landscaped planting areas and granite surfacing. Major work items include: A. Restoration of the Exterior Building Plaza’s structure, substrate and paving materials, replacement of waterproofing membrane and renovation of landscape and perimeter security elements. B. Installation of a New Fire Life Safety System & Removal of Existing C. Upgrade of Existing HVAC and Building Automation Systems Construction will be phased and the building will be occupied during the construction process. All building systems must remain in operation during construction and the project must be phased to avoid disruption of occupants. The total Estimated Construction Cost range is over $20 million. Of the Total Estimated Construction Cost, the Plaza portion of the work is estimated to be over $10 million. The HVAC work and Fire Life Safety work, combined, are estimated to be over $10 million. Construction will utilize the CMc (Construction Manager as Constructor) approach. The A/E will be required to collaborate with the CMc with regard to design and constructibility issues. The scope of work will require at a minimum: design services, construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and post construction contract services (PCCS). This is a Request for Qualifications (RFQ) of A/E Design Firms / Lead Designers interested in contracting for this work. The objective of the A/E selection process will be to select an A/E Design Firm or team of firms fully capable of providing the highest levels of design excellence related to the Restoration of the Building Plaza. This will include Landscape Design, Site Planning and Exterior Plaza Repair and Renovation. The term A/E Design Firm, as used in this RFQ, refers to an association, joint venture, partnership or other entity that will have contractual responsibility for the Plaza design. The Lead Designer is the individual, design studio or A/E firm that will have primary responsibility for developing the design concept of the Building Plaza. The Designer must evaluate the potential of modifying the existing plaza based on its relationship to the greater Urban Context, Security Issues and Public Accessibility and Use. The A/E Design Firm must clearly define the contractual relationship with the Lead Designer and its ability to manage the overall design process and production of construction documents. The government will not allow payment for travel, living expenses, 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: STAGE 1 - In this stage, an interested firm will submit a portfolio of accomplishments to establish the design capabilities of the A/E Design Firm and its Lead Plaza Designer. All documentation will be in an 8 1/2” x 11” format. All Stage 1 requirements (Items A, B & C) must be submitted at the same time. Responses to Items A and B must be submitted together in one package. Responses to Item C must be submitted in a separate package. Both packages are to be submitted together in ONE sealed envelope. The Stage I submission should include the following: A) A Cover Letter referencing the 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’s Portfolio (35% of evaluated score): Submit a portfolio for the Lead Designer that is representative of their ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of Three Plaza renovation projects of comparable size and scope completed in the last ten years. Clearly indicate and describe the exact duties and responsibilities that the Lead Plaza Designer performed on these projects. The narrative shall address the design philosophy with salient features for each project and discuss how the design was cost effective (both in terms of construction and maintenance), functional, and aesthetically appropriate. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with Criteria # 2, the Lead Designer’s will address his / her participation in the project. (2) Past Performance on Design (25%): The A/E Design Firm will submit graphics (maximum of three pages per project) of not more than Five Plaza renovation projects of comparable size and scope 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. For the Plaza portion of work, a portion of one page presented for each project must include a representative site plan. (3) Philosophy and Design Intent (25%): In the Lead Plaza Designer own words, (each is to provide a maximum of two typewritten pages) state his / her overall design philosophy and approach to the challenge of public architecture, engineering concerns, the LEED initiative, public security, designing new work for an existing environment and relevant parameters inherent in this project. (4) Lead Plaza Designer Profile (15%): Submit a biographical sketch (maximum of three pages) that includes education, professional experience, and 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 and professional representatives from GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. STAGE 2 - For Stage II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design and construction document team and any outside consultants. Plaza Restoration - The technical staff of the construction document team must include a waterproofing consultant who has completed similar Plaza Restoration projects. HVAC / Fire Life Safety - In addition to the technical staff required for the Plaza Restoration project, the short listed firm must also provide detailed information for technical staff required to design and prepare construction documents for the HVAC / Building Automation System and Fire Life Safety scope of work. In addition, these firms must provide detailed information as to how they intend to manage a Multi-Phased project that requires intricate Tenant Coordination. 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 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; possible approaches in carrying out the project, project management experience in occupied buildings and overall project management. The Stage II evaluations will culminate with an interview with the A/E Evaluation Board. Award of this contract is contingent upon the receipt of design funds and negotiation of a reasonable fee. This is not a request for a fee proposal. A/E Design Firms will not be reimbursed for expenses or efforts under Stage I and/or Stage II submissions. Small Business Participation. This is a design excellence procurement for performance of Architectural-Engineering Design Services for the existing A.J. Celebrezze Federal Building in Cleveland, Ohio. This negotiated procurement falls under NAICS code 541330 for Engineering Services procurement and in accordance with the Small Business Competitiveness Demonstration Program requirements is set aside for participation by small business concerns only. The small business size standard is $4.0 million in gross average receipts over the preceding fiscal years. Small, small woman-owned, small minority-owned, small HUBZone, small Veteran-Owned, and small Service Disabled Veteran-Owned businesses are encouraged to submit their qualifications as directed in this announcement. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality A/E team effort. Please refer to Federal Acquisition Regulations Part 19 for details about the affect of joint venture relationships on small business size determination. 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 Specialist General Services Administration 230 South Dearborn Suite 3512, DPN: 35-6 Chicago, IL 60604 Submittals are due at this location by 12:00pm Central Standard Time on October 8, 2003 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 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. 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 (27-OCT-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JAN-2005, 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/GS05P03GBC0096/listing.html)
 
Place of Performance
Address: A.J. Celebrezze Federal Building 1240 East Ninth Street Cleveland, OH 44199
Zip Code: 44199
Country: USA
 
Record
SN00738655-F 20050123/050121214452 (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.