Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

C -- New State Phase 1B Design Services

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P05MKC0095
 
Response Due
10/13/2005
 
Description
CONSTRUCTION RENOVATION PROJECT. GSA Design Excellence Solicitation for Lead Design Architect. C-Architect-Engineer Services Solicitation # GS11P05MKC0095. Region: National Capital Region. City: Washington. State: D.C. Contracting Officer: Mr. Vincent E. Matner, P.E. Contract Specialist: Ms. Nah Y. Rim. Phone Number: 202-401-1787. PROJECT: United States Department of State: New State Phase 1B: Base; and Phase 1C: Option. BUILDING TYPE: Federal Office Building. CLIENT AGENCY: United States Department of State. SIZE: 11.8 Acres PARKING SPACES: Existing basement parking. BUDGET: $30,000,000 through $35,000,000 GEOGRAPHIC LIMITATION: Nationwide SMALL BUSINESS SET ASIDE: See Subcontracting goals under Stage II herein. Continuing a legacy of outstanding 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, landscape architects, interior designers, and engineers to design federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and 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 Services in accordance with GSA quality standards and requirements. GSA is seeking Architect-Engineering (A/E) Design Services for demolition of shell and tenant areas, including hazardous material (HAZMAT) abatement and removal, of the Phase 1B (Base) and Phase 1C (Option) portion of New State for the United States Department of State (DOS) Harry S Truman Building. This building has been the subject of a number of studies and surveys. The most relevant are: Modernization of Department of State Harry S Truman Building, Program Development Study, Gensler, August 2004; Modernization of Department of State Building, Prospectus Development Evaluation, April 1, 1992, by Howard Needles Tammen & Bergendoff (HNTB); and prior to this Department of State Prospectus Development Study, August 15, 1988, by Kemmitzer Reed and Hafler (KRH). The Program Development Study (PDS) references relevant studies and recent renovation projects. These three studies and the ongoing space planning being carried out by Gensler are the basis for this work. PROJECT DESCRIPTION: The project will involve demolition of shell and tenant areas, including HAZMAT abatement, inclusive of systems upgrades and code updates in the June 1997, HNTB construction documents (CDs), plus new interior design services (build-outs) of both phases, and new additional workspaces based in the 2004 Gensler PDS. SCOPE OF WORK: The goals for this procurement are as follows: identification of existing field conditions (inclusive of telecom and security), especially that which is not part of Phase 1B and Phase 1C and may be running through these spaces as a matter of convenience; design and development of construction documents and schedules with full consideration to the GSA fund schedule and availability for a complete modernization; maintain Suite 2531 in operation while house HVAC equipment and electrical systems are taken out of service and modernized; allowance for proper egress and exit; verification of existing conditions. Design of the project will include work around Suite 7528 which must remain in operation throughout construction, this space will be accommodated for survivability by DOS prior to the start of Phase 1B renovation and field verification of existing conditions. Design of the project shall also incorporate DOS?s plan to remove approximately 16 linear feet of Room 6818 from Phase 1B to Phase 1C and reassess conditions to delete this space from Phase 1B. The elevator lobbies and entrances, limited office suites, fa?ade, and other selective areas are historic. The existing facility contains 234,000 gross square feet with parking spaces in the basement. The present structure will be completely modernized and new structures will be added to create modern spaces. Approximately 5/6 of the building will be occupied during construction. The work will include complete removal of the existing interior construction including all finishes, existing mechanical and electrical distribution, existing toilet rooms, stairs, elevators, etc., except for portions of the facility that have been identified as historic in nature and two remaining operational areas. The building will be partially occupied during construction and the modernization will occur in two construction phases. The scope of the modernization will include the demolition and rebuilding of the interior space and replacement of all engineering systems: HVAC with complete building automation and control, air-handling, electrical, plumbing, fire and life safety with smoke control system, voice and data, energy-efficient lighting, and modernization of the elevators. The modernized building's goal is to meet U.S. Green Building Council's LEED Silver certification. The project?s Phase 1A has been designed in English units, and the remaining modernization design is to be designed in English units. SELECTION PROCESS: This is a Request for Qualifications (RFQ) of A/E Design Firms/Lead Designers interested in contracting for this work. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the experience and capabilities of the A/E Design Firm and its Lead Designer. The A/E Design Firm as used in this solicitation means any individual, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architecture or engineering. The Lead Designer is the individual, or design studio (team of designers within the A/E Design Firm), that will have primary responsibility to conceive the design concept and the building?s architecture and engineering systems. STAGE I: Interested A/E Design Firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Design Firm and its Lead Designer. All documentation pages will be in an 8? x 11 format. The submission should include the following: a letter of interest referencing the FedBizOpps announcement and briefly describing the A/E Design Firm and its Lead Designer, and the Standard Form 330 Architect-Engineer Qualifications (see details on filling out SF330 at the end this section). Identification of consultants/subcontractors/joint venture firms (Team Members) is not required at this stage. Each A/E Design Firm and its Lead Designer will be evaluated during this stage using the following EVALUATION CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E design firm will submit graphics (maximum of three single-sided pages per project with maximum graphic size not to exceed 8? x 11) of not more than five building construction projects, each of which had a total construction cost exceeding $5 million, whose construction was completed within the last ten years of the Stage I Submission due date. A narrative (maximum of two single-sided pages per project) shall address the design approach with salient features for each project and discuss how the client?s program, function, image, mission, occupancy, economic, schedule, and operational objectives were satisfied by the overall planning/design/engineering solutions. The narrative should comment on the relevance of submitted projects to this specific GSA project, including goals relating to historic preservation and sustainability. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference for each project, including name, title, address, telephone, 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 (25%): In the Lead Designer?s own words, (maximum of two typewritten single-sided pages) state his/her overall design philosophy and approach to the challenge of public architecture along with issues and parameters that may apply to this project. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three single-sided pages) including education, professional experience, and recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio representative of the Lead Designer?s ability to provide design excellence. Submit graphics (maximum of three single-sided pages per project) and a typewritten description (maximum of two single-sided pages per project) for up to three building construction projects whose construction was completed within the last ten years of the Stage I submission due date. 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 operation and maintenance 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 criterion (1), the Lead Designer will address his or her participation in the project. Complete the SF-330 (PDF version) as follows: On page 1, complete items A&B. Do not complete items C, D, E, F, and G on pages 1-4. On page 5, item H, respond to the STAGE I evaluation criteria stated in this announcement. On page 5, also sign and date. Complete, sign and date page 6. An A/E Evaluation Board consisting of a private sector peer, a representative of the client, and GSA design professionals will evaluate the submissions. The A/E Evaluation Board will establish a short list of at least three A/E Design Firms. The Stage I short list will be published in FedBizOpps. STAGE II: In the second stage of evaluation, each of the short listed Lead Designers and associated A/E Design Firms will be notified and asked to submit more detailed information regarding the entire PROJECT TEAM. The project team shall be considered to include the A/E Design Firm, its designated Lead Designer, and ALL outside consultants/subcontractors (including any firm(s) added to form a joint venture with the A/E Design Firm) who will be involved on the project. On developing the project team, A/E Design Firms are advised that at least 35% of the level of contract effort must be performed in the National Capital Region (NCR). The NCR includes the District of Columbia, the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William, and Loudoun in Virginia. The federal government will not allow payment for travel within the NCR, living expenses, computer time or hookups for the A/E Design Firm, any joint venture firms, or any of the subcontractors. The A/E Design Firm must identify the contractual relationship with its Lead Designer and the entire Project Team. A sufficient period will be provided for the short listed A/E Design Firms to establish the entire project team and to respond to the Stage II requirements. Those A/E Design Firms will resubmit the SF-330 for any proposed joint venture firm added and/or consultants/subcontractors, and a composite SF-330 that reflects the entire project team. GSA will establish the criteria for the Stage II evaluation and the date the Stage II submissions are due. The Stage II evaluations will include an interview with members of the A/E Evaluation Board. Candidates should be prepared to discuss all aspects of the evaluation criteria provided. The contact person for this solicitation is Ms. Nah Y. Rim, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, SW, Room 2021, Washington, DC 20407, telephone (202) 401-1787. The Contracting Officer is Mr. Vincent E. Matner, P. E. This procurement is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program (FAR 52.219.19). Before award of the contract, the selected A/E Design Firm (if not a small business of $4,000,000 gross average annual sales receipts over the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the federal government, GSA has established subcontracting goals of 39 percent of the total subcontract amount for Small Business as follows: 6 percent is for Small Disadvantaged Businesses (SDB), 5 percent for Woman-Owned Small Business (WOSB), 3 percent for HUBZone Small Businesses (HUBZ), 3 percent for Veteran-Owned Small Businesses (VOB), 3 percent for Service-Disabled Veteran-Owned Small Businesses (SDVOB), and 19 percent for Other Small Businesses. In support of GSA's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above subcontracting goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan to be submitted in Stage II. A/E Design Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, HUBZONE Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Woman-Owned Small Business concerns in Stage II. The narrative shall not exceed one single-sided 8? x 11 typed page. Small, Small Disadvantaged, HUB Zone Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Women-Owned Small Business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS: A/E Design Firms and their Lead Designers having the capability to perform the services described in this announcement are invited to respond by submitting the SF-330 (for the A/E Design Firm), which must not be dated more than twelve (12) months before the date of this announcement, along with the letter of interest to: Mr. Vincent E. Matner, P.E., Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, SW, Washington, DC, 20407. Stage I submittals are due no later than 3:00 P.M. local time on the response date of this announcement. SEVEN COPIES are required (identify one copy as the original). The following information shall be placed on the outside of the sealed envelope(s): (1) Solicitation Number/Title, (2) Due Date, (3) Closing Time. Late responses are subject to FAR provision 52.214.7. This contract is being procured under the Brooks Act and FAR Part 36. This is not a request for proposals.
 
Place of Performance
Address: Washington, DC
Zip Code: 20407
Country: USA
 
Record
SN00894323-W 20050915/050913213000 (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.