Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

C -- Architect Engineer Services

Notice Date
10/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
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
GS05P05GBC0001
 
Response Due
11/30/2004
 
Point of Contact
Bobbie Tyler, Contracting Officer, Phone (312)886-7875, Fax (312)886-4103, - Leafie Clark, Contract Assistant, Phone 312-353-5897, Fax 312-353-9186,
 
E-Mail Address
bobbie.tyler@gsa.gov, leafie.clark@gsa.gov
 
Description
GSA Design Excellence Solicitation for Lead Designer FOR THE BIRCH BAYH U.S. COURTHOUSE, INDIANAPOLIS, INDIANA Architect Engineer Services Solicitation #GS05P05GBC0001 Indianapolis, Indiana The General Services Administration (GSA) announces an opportunity for Design Excellence in adaptive reuse architecture, historic preservation, mechanical and electrical engineering. Architectural-Engineering (A-E) Professional Services are required for the preservation, modernization and renovation of the Birch Bayh Courthouse in Indianapolis, Indiana. Through the preservation and modernization of an historic federal building, this project continues the legacy of outstanding public architecture that was initiated with the founding of the nation. In accord with this tradition, the GSA Design Excellence Program seeks to commission our nation’s most talented architects, landscape architects, interior designers, and engineers to prepare our historic federal buildings for the next 50 – 100 years of service. These projects are to demonstrate the value of true integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian Federal employees; and gives public expression to our democratic values. As required by law, all facilities will meet Federal Energy Goals and security requirements. All projects will be LEED-EB certified. The facility, designed by Rankin and Kellogg and built in 1905, is 459,121gross square feet and contains 373,876 rentable square feet. The structure is listed on the National Register of Historic Places and is located in the heart of downtown Indianapolis, at 46 East Ohio Street. The project proposes to replace the roof, the flashing, and downspouts; upgrade the windows; upgrade toilet rooms to meet ADA and provide major alterations to mechanical, electrical, life safety, and plumbing systems, at the Birch Bayh U.S. Courthouse. The project also includes preservation of many of the building’s historic mosaics, frescoes, and murals. The Estimated Construction Cost range of the project is $35 million to $45 million. The scope of work may include, but is not limited to, the following: survey of the existing conditions; detail scope verification; presentations for client and historic preservation agencies; energy conservation analysis; complete architectural and engineering design; preparation of specifications and CADD drawings for construction documents; value engineering; cost analysis; post construction contract services (PCCS); record drawings and construction phase A-E inspection services; and other related services deemed necessary to provide for a completely functional facility. Throughout the design process, the selected A-E will assist the Government in identifying those elements of work that can be accomplished within the Congressionally mandated cost limitation for the project. The construction contract is envisioned to be procured through a source selection process that will incorporate a base contract and options for those elements of work that can be executed within the congressionally mandate cost limitation. Drawings shall be created and submitted in native AutoCAD, latest release. Drawings created in other CAD programs and then translated into AutoCAD are not acceptable. Formatting for electronic drawings shall be per GSA standards. Specifications, reports, databases, and similar items shall be submitted in the latest MSOffice edition available at the time of contract award. The firm/joint venture shall update software versions at their own expense. SELECTION PROCESS 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 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 Lead Designer and/or Design Firm. In STAGE II, short-listed firms will be interviewed. STAGE I: The first stage will establish the architectural capabilities of the Lead Designer. The A/E Firm as used in the 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 mechanical/electrical engineering requirements are a large portion of the total scope of this project but those disciplines will be evaluated in phase II. In the first stage, a short list minimum of three (3) A-E design firms will be selected for continuation into the second phase. The short list will be based on the A-E design firms’ submittal in response to this request for qualification (RFQ). The A-E design firm will provide specific evidence of its capabilities to deliver design excellence in judicial design, historic preservation, and renovation of large complex projects, and will express its design approach and philosophy. The documentation will be in an 8 ½” x 11” format. The assembled Stage 1 portfolio should be no more than 1/2” thick.. 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 graphics (maximum of five pages per project) of five (5) relevant projects completed with the past 10 years. The narrative shall address the design approach and salient features for each project (including tangible evidence where possible i.e. certificates, awards, peer recognition, etc. Demonstrating design excellence) and discuss, if relevant, how the historic preservation, working in an occupied facility, and other design constraints were satisfied by the design solution. 2) PHILOSOPHY AND DESIGN INTENT (25%): In the lead designer’s words (maximum of two written pages), state his/her overall design philosophy as it relates to this project, approach to public architecture, the challenge of resolving historic preservation issues and parameters that may apply specifically to the modernization of historic buildings with the focus on the unique aspects of installing state-of-the-art and flexible utility systems in historic buildings. (3) LEAD PORTFOLIO (25%): Submit a written description (maximum of one page per project) and graphics ( (maximum of three per project) of up to three (3) relevant designs completed within the past ten years attributable to the lead designer. Narratives shall include a discussion of design challenges as well as the resolution(s) and lead designer’s philosophy, responsibility, and influence on the design team. (4) LEAD DESIGNER’S PROFILE (15%): Submit a biographical sketch including education, professional experience, and recognition for design efforts. Identify and describe areas of responsibility and commitment to this project. 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. Sufficient time will be provided for the A/E Design Firm/Lead Designer to establish its team. The firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire design team. The SF 330 may be obtained from http://www.gsa.fov.forms.far.htm. 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. 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. Responses to the evaluation criteria and interview questions will be used to rank the A/E Teams. This selection is open to A/E design firms within the United States. When developing the project team required for Stage II, at least 35% of the design effort (including working drawings) must be performed within the designated geographical area (state of Ohio). In Stage II of the selection process, the short-listed A/E design firms are required to demonstrate how this will be accomplished. Stage II: Following short listing, the successful offerors shall submit SF 330 for their entire project team.. Continuity of key personnel for the duration of the project will be essential. It is not necessary to re-submit information submitted in Phase I. GSA will establish the date these submittals are due and will provide new selection criteria for the interviews and final selection. The turnaround for the submission of the SF 330’s will be within 5 weeks of the short listed firm’s notification. This serves as notice to all interested firms that interviews will be conducted promptly after receipt of SF 330s: GSA plans to interview the short-listed firms in Chicago at a time and place to be determined and described in the shortlist notification. All firms need to be cognizant that an award is scheduled for April 2005. The contract for AE services will be awarded pending availability of funds. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. 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, HUBZone small business and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of the contract. The use of subcontractors/consultants shown in the Stage II Form 330 will be reflected in a Subcontracting Plan which will be included in the contract. The detailed plan is required to be submitted. 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 business, women-owned small business, HUBZone small business and small disadvantaged business concerns. Firms advancing to Stage II must also provide a brief written narrative of outreach efforts made to utilize small, disadvantaged, HUDZone 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. Firms having the capabilities to perform the services described herein are invited to respond by submitting the requested information for Stage I only 1) a letter of interest, 2) portfolio and narrative information fully demonstrating the firm’s capabilities and experience and 3) a modified SF 330 (just information relating to the key designer and lead design firm). To be considered, responses must be received by 4:00 p.m. CST, November 30, 2004, to the General Services Administration, Property Development Division (5PCO), 230 South Dearborn Street, Room 3512, DPN: 35-6, Chicago, Il 60604, Attention: Bobbie Tyler when responding to this announcement. The following information must be on the outside of each submittal package: (1) Solicitation number and title, (2) Due date, and (3) Closing time. Late responses are subject to FAR provision 52.215.1 Offerors 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 on their written response to this announcement. A follow-up announcement shall be placed in this publication containing a list of the firms considered to be the most highly qualified. All other A/E firms and consultants interested in participating in the design team should submit only a one-page letter of interest that will be forwarded to the short listed firms. The proposed contract is not set aside for small business. This is not a request for a fee proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-AUG-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/GS05P05GBC0001/listing.html)
 
Place of Performance
Address: Birch Bayh U.S. Courthouse, 46 East Ohio Street, Indianapolis, Indiana
Country: United States
 
Record
SN00860913-F 20050804/050802213235 (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.