Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

C -- Design Excellence Solicitation for Lead Design Architect/Engineer for the Minton-Capehart Federal Building, Indianapolis, IN

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P06GBC0001
 
Response Due
1/31/2006
 
Archive Date
3/30/2006
 
Description
The GSA announces an opportunity for Design Excellence in public architecture for performance of architectural/engineering Design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals. All projects will be LEED-EB certified. PROJECT DESCRIPTION The project involves the modernization of the HVAC systems and the installation of a sprinkler system throughout the Minton-Capehart Federal Building. Architect/Engineering (A/E) design services and preparation of design documents are required for this renovation project. Built in 1974, the Minton-Capehart Federal Building is located at 575 North Pennsylvania Street in Indianapolis, Indiana. The Minton-Capehart building is a Modernist six story building with a ground floor below grade, a mechanical mezzanine above grade, and a penthouse above the core area of the sixth floor. Attached to the building is a two-level parking facility. The prime objectives of this project include, but are not limited to: 1) upgrading the HVAC systems to improve indoor air quality throughout the building; 2) reducing energy consumption using more efficient equipment and controls; 3) improving the safety of the building occupants and reducing the loss of property in the event of a fire. It is anticipated the project delivery method will include the procurement of a Construction Manager (constructor) (CMc) in order to review both the constructability and cost of the project as the design is developed. The project will be phased and the building will be occupied during construction. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, interior design, and related consulting services for verification of existing systems and conditions, concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), document preparation to be used in providing clear direction to the CM team, as well as possible post-construction contract services (PCCS) that may include shop drawing review and approval, construction inspection, and other required supplemental services if so requested by the Government. For the Minton-Capehart Federal Office Building, the scope of design work as it relates to the planned modernization and renovation would include, but not necessarily be limited to, the following: (1) survey of existing conditions; (2) detailed scope verification; (3) energy conservation analysis; (4) complete architectural and engineering design; (5) preparation of specifications and CADD drawings for construction documents; (6) value engineering; (7) costs analysis; (8) post-construction contract services (PCCS); (8) record drawings and construction phase A/E inspection services. Throughout the design process, the selected lead designer and 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 scope of Construction work to be covered in the design, as it relates to the planned modernization and renovation will include, but not be limited to, the following: (1) refurbish the air-handling units for greater airflow to provide the recommended minimum amount of fresh air for each occupant and improve the total air circulation; (2) replace the fiberglass branch distribution ductwork and diffusers to handle greater airflows and eliminate contamination from glass fiber in the environmental air, (3) replace the stair pressurization fans with larger fans that will produce the necessary pressures and airflows; (4) provide a new direct digital control (DDC) temperature control system for energy efficiency; (5) provide additional commissioning of the system and other improvements for LEED-EB certification; (6) utilize the existing dry standpipe risers in the stairs as a part of a new sprinkler system; (7) provide sprinkler protection extending from the mains to each space in the building; (8) provide a new fire pump and jockey pump, installed in the ground floor mechanical room, to boost the pressure for the new sprinkler system; (9) provide new lay-in ceilings, repair hard ceilings, and replace lighting throughout the building with modular wiring and automatic controls for lower maintenance costs, easier adds and moves, and greater energy efficiency. GSA is in the process of evaluating federal buildings of the 1950s through the 1970s. The lead designer and A/E shall identify, assess, and preserve character-defining features and attributes of the original design. Design changes are to be well-integrated and compatible with the original design so that the building retains its architectural character. A lead designer and A/E shall work with GSA?s regional historic preservation staff to determine potential effects to these features and attributes due to proposed alterations. The project will meet GSA design standards for secure facilities, conform to the P100 (Facility Standards for Public Buildings), include LEED-EB certification; and respond to customer agency requirements. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms with a lead designer/engineer 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/engineer is the individual or the team of designers and engineers who will have primary responsibility to develop the concept and the project design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the within the State of Indiana. The A/E firms will address the contractual relationship with the lead designer/engineer and project team in Stage II. They will also demonstrate how the geographically-mandated contracts will be accomplished in Stage II. Any arrangement toward the geographically-mandated contract goal must be in place prior to the submittal of Stage II information. The A/E selection will be completed in two stages as follows: In Stage I, interested lead designer/engineers and associated A/E firms will submit portfolios of accomplishment that establish the design capabilities of the lead designer/engineer-design firm. In STAGE II, short-listed lead designer/engineer-A/E firms and representatives from their team will be interviewed. STAGE I All documentation will be in an 8 ?? x 11? format. The assembled Stage I portfolio should be no more than ? inch thick. Submissions may be double-sided where feasible. The portfolio should included the following: a cover letter referencing that FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications Part II dated no earlier than 12 months from the date of this synopsis; and responses to the submission requirements and evaluation criteria listed below. The SF 330 may be obtained from http://www.gsa.fov.forms.far.htm. SF254 and SF255 Forms will not be accepted. An A/E Evaluation Board consisting of a private sector peer and GSA professionals will evaluate the submissions. The board will establish a shortlist of three to six firms. The shortlist 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 the context of large complex renovation projects and will express its design approach and philosophy. Identification of team members, other than the lead designer(s) is not required at this stage. Consultant and ?production firm? (if different from the design firm) information should not be included in the Stage I portfolio. SUBMISSION REQUIREMENTS AND EVALUATION: Qualifications submitted by each A/E firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Design Firm will submit a portfolio of not more than five projects completed in the last ten years (maximum of five pages per project). The narrative shall address the design approach with salient features for each project and discuss how the client?s program, function, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to the GSA project, including how the project clearly demonstrates competence in HVAC renovation, sprinkler installation, development of phasing plans to do the work for occupied facilities, and sensitive design treatment of mid-20th century buildings. This section of the submission should include tangible evidence such as certificates, awards, and peer recognition, etc demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, site plan, building section, or other appropriate drawing, and a minimum of two photographs must be included for each project. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the lead designer/engineer?s words (maximum of two written pages), as it relates to this project, state: the parameters of an overall design philosophy; his/her approach to the challenge of public architecture and related issues; and the parameters that may apply specifically to the renovation of a 30-year old building, with a focus on coordinating complex multiphase construction in an occupied office space, including sensitive and secured Federal agency spaces. (3) LEAD DESIGNER/ENGINEER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER/ENGINEER?S PORTFOLIO (25%): Submit a portfolio representative of the lead designer/engineer?s ability to provide Design Excellence. Address his or her participation in each project. If a single designer/engineer, submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). If the lead designer/engineer is a team, submit graphics and a description of up to two projects from each lead designer/engineer or lead design/engineer discipline. 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 operations and maintenance objectives were satisfied by the overall design/planning solution. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1) Past Performance on Design, the lead designer/engineer shall address his or her participation in the project. STAGE II The shortlisted lead designers/engineers and associated A/E 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/engineer 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, including consultant information. 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 shortlist announcement. The board will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the lead designer/engineer-A/E 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. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Standard Form 330 Architect Engineer Qualifications Part II, which must not be dated more than twelve (12) months before the date of this synopsis along with letter of interest and the portfolio TO: Contracting Officer: Bobbie Tyler Delivery Address: General Services Administration Office of Property Development (5PE-2) 230 S. Dearborn St, Room 3512, DPN: 35-7 Chicago, IL 60604 ALL SUBMISSIONS ARE DUE BY 4:00 PM CST, January 31, 2006. A total of six (6) copies should be submitted. 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 FAR 52.214-7. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. The NAICS Code is 541310. Before award of the contract, the A/E (if not a small business of $12,000,000 gross receipts over a three (3) year period or no more that $4,000,000 gross average receipts per year for the same time frame) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 950507. Small, women-owned, and small disadvantaged firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantage firms as part of their original submittal teams (Stage II). 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. Contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants for expenses or efforts under Stage I and/or Stage II submissions. THIS IS NOT A REQUEST FOR PROPOSALS. Original & Current Point of Contact Bobbie Tyler, Contracting Officer, Phone: 312-886-7875, Fax: 312-886-4103, Email: bobbie.tyler@gsa.gov Place of Performance Address: Minton-Capehart Federal Building, 575 N Pennsylvania, Indianapolis, IN Postal Code: 46204 Country: USA
 
Place of Performance
Address: 575 North Pennsylvania Street, Indianapolis, IN
Zip Code: 46204
Country: US
 
Record
SN00959609-W 20051231/051229212121 (fbodaily.com)
 
Source
FedBizOpps 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.