Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
MODIFICATION

Z -- Modernization of the Potter Stewart U.S. Courthouse

Notice Date
11/10/2004
 
Notice Type
Modification
 
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
GS05P04GBC0063
 
Response Due
11/5/2004
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103,
 
E-Mail Address
jason.gerloff@gsa.gov
 
Description
Modification 1 Classification code should be: C - Architect and Engineering Services -------------------------------------------------------------- The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture with the modernization of the Potter Stewart U.S. Courthouse. Architect/Engineering (A/E) design services and preparation of design documents are required for this renovation project. The 9-story Courthouse, located at 5th and Walnut Street, in downtown Cincinnati, Ohio, was completed in 1939. The estimated total construction cost for the project is approximately $30,000,000 to $40,000,000. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. 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 design documents. The Lead Designer is the individual or design studio that will have primary responsibility for the design concept. The project scope of work consists of the cleaning and repair of exterior walls, replacement and/or restoration of the historic façade and light court windows, and the replacement of the roof over the 9th floor. The project will require the removal of the cooling towers, chillers and associated pumps, and tanks as well as the replacement of the boilers. An emergency generator will be installed with this project and the existing sprinkler system will be extended throughout the remaining unsprinkled areas of the building. The defunct air handling unit (AHU) and associated ductwork in the basement will be removed. Included with the project is the abatement of any asbestos found during the demolition of the boilers, cooling towers, chillers and pumps. The project includes the renovation of two freight elevators, the replacement of generators and the modernization of the motors on 8 passenger and one freight elevators. The lighting levels in two level 8 courtrooms will be improved along with the addition of a new courtroom on the 1st floor and new chambers on the 2nd floor. A satellite Office for the U.S. Attorney and a Grand Jury Suite will be added as well as lobby and corridor renovations. Repairs to the exterior include the structural steel at the east ramp area, the exterior areaway, stair landings and sidewalks. Interior vestibule doors will be replaced to match the original historical doors. A new AHU will be added to the 1st floor courtroom with the addition of Direct Digital Controls (DDC) to the AHU in the Marshal’s spaces. Increased security will require the addition of motion sensors and security card access devices to the judges’ chamber doors. The restrooms will be brought up to Uniform Federal Accessibility Standards (UFAS). Tenant and common area signage will be upgraded with Braille. This work will all take place during evening hours and will require precise phasing so as not to disrupt the daily workings of the Courts. Also as part of the HVAC improvements, efforts will be undertaken to make this building LEED certified for sustainability, accessibility, and energy efficiency. The design A/E selected under this solicitation will design the planned modernization and renovation as described including at a minimum: site and system verification, analysis of previous investigative reports, tenant programming and space design, design concepts, design development, construction documentation, specifications, cost estimates, value engineering, partnering and Post Construction Contract Services (PCCS). The scope may include: presentation to the national historic officials for approval; coordination of previous analysis and work performed at the Potter Stewart Courthouse; review, documentation, and discussion with the CMc team to ensure a smooth and complete transition of the desired design direction; and other required supplemental services if so requested by the Goverequired supplemental services if so requested by the Government. This project will be designed following GSA’s “Facility Standards for the Public Building Service”, the U.S. Courts Design Guide, the U. S. Marshal’s “Requirements and Specifications for Special Purpose and Support Space Manuals”, as well as any other affected tenant-agency’s security requirements. This project will be designed to meet GSA energy goals and include sustainable design and construction practices using the LEED system as a guide. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the design capabilities of the A/E Firm and their Lead Designer. From 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 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 and its Lead Designer. All documentation will be in an 8-1/2 x 11 inch format. The portfolio should include the following: 1. A cover letter referencing this FBO announcement and a brief description of the firm and its location, organizational makeup, and noteworthy accomplishments; 2. The Standard Form 330 Architect – Engineer Qualifications (Part I and Part II) modified to include only the information requested in this RFQ for Stage I. 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 (35%): The A/E Design Firm shall submit 8 X 10 inch graphics (maximum of three pages per project) and a written description (maximum of one page per project) of projects completed within the past ten years. Submit NO MORE THAN five (5) relevant projects. The firms responding shall clearly demonstrate competence in exterior building repairs, HVAC renovation, fire alarm replacement, and development of phasing plans for occupied facilities, and sensitive design treatment of mid-20th century 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 inch graphics (maximum of three pages 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 and be a good indicator of how well the Lead Designer worked with a sensitive and important client. The sample relevant projects shall clearly demonstrate 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 historic preservation (if any) and design constraints were satisfied by the design solution. (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 mid-20th century heritage buildings. Also, discuss how design and the coordination of complex multiphase construction in occupied office space may affect their approach and design process. Include a discussion on how they would approach renovation work in sensitive, symbolic and secured spaces as found in the Federal agency spaces and judicial courtrooms and chambers. (4) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch including education, professional experience and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. For each reference project, provide a contact including name, title, address, phone and fax numbers. STAGE II: 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 will be evaluated. The firms will be required to complete Standard Form 330 Architect – Engineer Qualifications (Part I and Part II) including consultant information. An interview with each project team will be included in this stage. During the interviews, A/E firms should be prepared to discuss all aspects of the evaluation criteria 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 Government will establish the detailed stage II evaluation criteria and the date these submittals are due. A brief period, approximately three weeks, will be provided for the A/E Design Firm/Lead Designer to establish its team. In developing the Stage II team, A/E firms are advised that they will be evaluated on whether at least 35% of the design effort will be within the designated geographical area of the State of Ohio. Any arrangement toward this goal must be in place prior to the submittal of Stage II information. This procurement is open to all business concerns. In accordance with 15 USC 631 et seq., the selected A/E firm will be required to provide the maximum practical opportunities to small, women-owned, minority-owned, HUBZone, Veteran-owned, small disadvantaged, and service disabled veteran owned businesses. The use of subcontractors/consultants shown in the SF 330 must be reflected in a subcontracting plan which will be included in the contract. The detailed plan should be submitted with the SF330 in Stage II. The small business size standard for this procurement under NAICS code 541310 is $4,000,000 based on average annual receipts for the preceding three (3) years. Contact your local SBA office for further information. Firms seeking consideration for this contact shall demonstrate a proactive effort to achieve the highest subcontracting goals possible. An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. 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 Stage I submittal including the portfolios, SF330 (Information just of the Design firm), and a letter of interest identifying this announcement by solicitation number arriving at the designated location no later than November 5, 2004 by 12:00 p.m. (Central Time). The information is to be submitted to the attention of Jason Gerloff at GSA, PBS, Property Development (5PE2), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1696, (312) 886-1542. 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. If applicable, each SF330 submitted should make the following certification as the last entry in Block 30: “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.” In Block 9 of the Standard Form 330, Part II, Page 6, specify only current W-2 payroll (non-contract) personnel of each firm. In Block F, G & H of Standard Form 330, Part I, the A-E Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the FedBizOpps announcement for this STAGE 1, Request For Qualifications. A follow-up listing of firms to be selected for Stage II and interviews will appear as a modification to this synopsis posting. All other non-selected A/E firms and consultants interested in participating on the design team should submit a one page letter of interest only, which will be forwarded on 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 PROPOSAL. A-E firms will not be reimbursed for expenses or efforts under Stage I and/ or Stage II submissions. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-FEB-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/GS05P04GBC0063/listing.html)
 
Place of Performance
Address: 100 East 5th Street Cincinnati, Ohio
Zip Code: 45202
Country: USA
 
Record
SN00751894-F 20050217/050215213500 (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.