Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

Z -- Facade Repair and Slate Roof Replacement for the U.S. Post Office and Courthouse

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-06-DTC-0030N
 
Response Due
8/23/2006
 
Description
PROJECT: Fa?ade Repair and Slate Roof Replacement of the U.S. Post Office and Courthouse, 271 Cadman Plaza East, Brooklyn, NY BUILDING TYPE: U.S. Post Office and Courthouse CLIENT AGENCIES: U.S. Bankruptcy Court, Office of the U.S. Trustee, U.S. Attorney and U.S. Postal Service SIZE: 575,000 Gross Square Feet BUDGET: $45,000,000 to $55,000,000 FUNDING: Funds Are Not Currently Available GEOGRAPHIC LIMITATION: At least 35% of the level of contract effort must be performed within a seventy-five (75) mile radius of Columbus Circle, New York, NY 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 General Services Administration (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 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. In this context, 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 and security requirements. All projects will be LEED certified. PROJECT DESCRIPTION The U.S. Post Office and Courthouse is an historic structure located in the Civic Center of the Borough of Brooklyn, New York. It is listed on the National Register of Historic Places and is a New York City Landmark. The building occupies an entire city block, fronting on Cadman Plaza, a major public space around which many federal state and municipal buildings are organized. Originally constructed as a Post Office and Courthouse in 1892, the building was enlarged in 1933. The earlier, four-story (plus attic) structure that occupies the southern end of the site was designed by Mifflin Bell, then Supervising Architect of the Treasury, and is Romanesque Revival in style. The exterior facades are built of granite-faced masonry, embellished with carved ornament, dormers and turrets. The eight-story 1933 addition that occupies the balance of the site was undertaken under the direction of James Wetmore, Acting Supervising Architect of the Treasury. In designing the addition, great effort was made to emulate the appearance of the 1892 structure. While many architectural details are shared by both structures, the 1933 structure incorporated the use of terra cotta cladding, in lieu of granite, above the first floor. Above this level, the use of granite was limited to the stonework surrounding the second floor windows. This project will involve the replacement of nearly all the deteriorated terra cotta cladding on the facades of the 1933 structure with new terra cotta or approved alternate materials, restoration of all existing granite cladding on both buildings, and replacement of the entire slate mansard roofing system on both structures. The entire complex will remain fully occupied throughout the construction period. The design will follow the Secretary of Interior?s Standards for Rehabilitating Historic Buildings and Building Preservation Plan (BPP) guidance, respecting the historic character of the building while accomplishing the project requirements to correct the deficiencies in the exterior envelope of the building and to preclude further fa?ade deterioration and damage to the structure and the recently renovated historic interior. The delivery method for this project will be Construction Manager as Constructor (CMc). The Government will select a CMc to serve as General Contractor providing pre-construction and construction services. The CMc will provide design phase consultations evaluating costs, schedule, alternative design implications, building systems, and construction materials. The CMc will serve as the single point of responsibility during construction, contracting directly with subcontractors. The Government will solicit proposals under a source selection process for CMc. Selection will be based on a combination of technical and price factors that provide the best value to the Government. SCOPE OF WORK The design responsibilities will include, but are not necessarily limited to, architectural historic preservation as related to the following items of work: replacement of nearly all of the existing deteriorated terra cotta cladding with new terra cotta or approved alternate materials and new non-ferrous supports and anchorage devices on the facades of the 1933 structure; retention, restoration, re-pointing and cleaning of existing terra cotta at window surrounds wherever possible; repair, cleaning, and re-pointing of the existing granite cladding on the facades of both the 1892 and 1933 structures; hazardous materials investigation and abatement; replacement of the entire slate mansard roofing system and associated wood decking and lead coated copper gutters, flashing, valleys and ridges on both the 1892 and 1933 structures; and installation of a fall protection/prevention system at the slate mansard roof to facilitate periodic maintenance of perimeter gutters and drains. The Scope of A/E Services under this Firm-Fixed Price Contract will include, but are not necessarily limited to: Field Inspections, Surveys, Examinations, Sampling and Testing, Documentation, Architectural/Engineering Design, Preparation of Specifications and CAD drawings for Construction Documents, Value Engineering, Partnering, Cost Estimating and Interior Design/Space Planning for temporary tenant relocations. Optional Construction Phase services will include, but may not be limited to: Partnering, Post Construction Contract Services (PCCS), Construction Inspection Services (CIS), As-Built Drawings and other related services. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for the Public Buildings Service), including LEED certification; and customer agency requirements. This building is listed in the National Register of Historic Places and is a New York City Landmark. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the New York City Landmarks Preservation Commission, the New York State Historic Preservation Officer (NYSHPO) and the Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. As deemed necessary during the design and final documents preparation process, and at a minimum for the Pre-Design submission, the A/E will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and proposed solutions. A Memorandum of Agreement with the NYSHPO, the New York City Landmarks Preservation Commission and the Advisory Council on Historic Preservation is already in place. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms and their Lead Historic Preservation Specialist, Exterior Envelope Consultant, and Structural Engineer interested in contracting for this work. The A/E Firm as used in this RFQ means an individual, firm, joint venture, 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 Historic Preservation Specialist is the individual or the team of designers who will have primary responsibility for all aspects of Historic Preservation associated with the project design. The Lead Historic Preservation Specialist may be a member of the A/E Firm, and must be licensed and registered as an Architect in the State of New York. The Lead Historic Preservation Specialist must have a minimum of five (5) years experience, and must have presented at least three (3) projects to the New York State Historic Preservation Officer (NYSHPO) for review and/or consultation wherein each project had a construction cost greater than twenty million dollars. The A/E Firm must address its contractual relationship with the Lead Historic Preservation Specialist, and the firm?s ability to manage the design and production of the construction documents. The Exterior Envelope Consultant must be licensed and registered as an Architect or Engineer in the State of New York, and must have a minimum of five (5) years experience. The Structural Engineer must be licensed and registered as an Engineer in the State of New York, and must also have a minimum of five (5) years experience. In developing the project team required for Stage II, A/E firms are advised that at least 35% of the level of contract effort must be performed within a seventy-five (75) mile radius of Columbus Circle, New York, NY. Any such office must have been in operation as of the date of this announcement. The government will not allow payment for travel, living expenses, or computer time or hookups for the prime firm or any consultants. If the A/E Firm is comprised of a partnership, corporation, association, or other legal entity permitted by law to practice architecture or engineering, a complete description of the proposed internal responsibilities of the components must be included in both the Stage I and II submittals. This entity must be in place at the time of contract award. 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 A/E Firm, the Lead Historic Preservation Specialist, the Exterior Envelope Consultant, and the Structural Engineer. In Stage II, shortlisted A/E teams will be interviewed. STAGE I: The first stage will establish the design capabilities of the A/E Firm, the Lead Historic Preservation Specialist, the Exterior Envelope Consultant, and the Structural Engineer. In the first stage, a minimum of three (3) to six (6) A/E firms will be shortlisted for further consideration. The shortlist will be based on the A/E Firms? Stage I submittals in response to this RFQ. It is essential that the A/E Firm include in its Stage I submission its primary team of Architectural and Historic Preservation Specialists that will have the primary responsibility for conceiving the design concepts and methods of accomplishing them. Therefore, identification of the team?s Lead Historic Preservation Specialist, Exterior Envelope Consultant, and Structural Engineer are required at this stage. The A/E Firm will provide specific evidence of its capabilities to deliver Design Excellence in Historic Preservation and will express its design approach and philosophy. In Stage I, interested A/E firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Firm, the Lead Historic Preservation Specialist, the Exterior Envelope Consultant, and the Structural Engineer. All documentation will be in 8 ?? x 11? format. Submissions may be double-sided where feasible. The portfolio should include the following: A cover letter of interest referencing this FedBizOpps announcement and a brief description of the A/E Firm and its location, its organizational makeup, its contractual relationship with the Lead Historic Preservation Specialist, its ability to manage the design and production of the construction documents, its noteworthy accomplishments and responses to the submission requirements and evaluation criteria listed below. The portfolio should also include Standard Form 330, Part II?General Qualifications for the prime firm and each proposed consultant (if any) which must be dated not more than twelve months before the date of this synopsis. Project qualifications submitted by each firm will be reviewed and evaluated by an A/E Evaluation Board consisting of a private sector peer and representatives of the client and GSA based on the following EVALUATION CRITERIA: Submission Requirements And Evaluation Criteria: (1) Past Design Performance (35%) - The A/E firm shall submit graphics (maximum of three pages per project) and a typewritten narrative (maximum of two pages per project) of not more than seven designs completed within the past twenty (20) years. Of these designs, at least three (3) projects shall demonstrate experience in architectural historic preservation and restoration and/or replacement of stone and/or terra cotta facades of multi-story buildings similar in size to this one determined eligible for, or listed in, the National Register of Historic Places; at least two (2) projects shall demonstrate experience in extensive replacement of existing deteriorated terra cotta masonry with new terra cotta or alternate material systems on the facades of multi-story buildings similar in size to this one determined eligible for, or listed in, the National Register of Historic Places; and at least two (2) projects shall demonstrate structural engineering accomplishments in the engineering of support and anchorage of stone and/or terra cotta cladding systems in multi-story buildings similar in size to this one determined eligible for, or listed in, the National Register of Historic Places. Single projects demonstrating multiple accomplishments are acceptable. At least one (1) project shall have been completed in a building that remained continuously occupied throughout the construction phase, with minimal disruption to tenant operations. The narrative shall address the design approach and salient features for each project and discuss how the clients' design, economic, schedule and operational objectives were satisfied by the design solution. Where possible, include tangible evidence demonstrating design excellence, such as certificates, awards, peer recognition, etc. For each project, identify the name of the lead designer for each discipline (Architectural, Historic Preservation Specialist, Exterior Envelope Consultant (if applicable), and Structural Engineering (if applicable). Provide a client contact for each project, including name, title, address, email and telephone and fax numbers. A representative floor plan, a site plan, a building section, details or other appropriate drawings, and a minimum of four photographs must be included for each project. In evaluating projects involving extensive replacement of existing deteriorated terra cotta masonry with new terra cotta or alternate material systems, the A/E Evaluation Board will give additional consideration to completed projects that have performed successfully for at least ten (10) years. The A/E firm will submit appropriate evidence of successful performance, such as fa?ade inspection reports prepared by a professional engineer, results of performance testing, or written statements by building owners. (2) Philosophy and Design Intent (20%) - In the lead design team?s words, (maximum of two typewritten pages each for the Historic Preservation Specialist, Exterior Envelope Consultant, and Structural Engineer) state the overall design philosophy and approach to the challenge of resolving design issues and parameters that apply specifically to an extensive stone and/or terra cotta fa?ade and slate roof replacement/restoration project that is to be performed in a continuously occupied building of this size that is eligible for, or listed in, the National Register of Historic Places. In addition, the A/E will describe the design team?s overall philosophy and approach to this project (maximum of two typewritten pages). (3) Lead Design Team?s Profile (20%) - Submit a biographical sketch (maximum of three pages) including education, professional experience, and recognition for design efforts, inclusive of examples on projects similar to this one for each Lead Design Team member (Historic Preservation Specialist, Exterior Envelope Consultant, and Structural Engineering). Identify and describe areas of responsibility and commitment to each project. (4) Lead Design Team?s Portfolio (25%) - Submit a portfolio representative of Lead Design Team?s ability to provide design excellence. The Historic Preservation Specialist, Exterior Envelope Consultant, and Structural Engineer will each submit graphics and a description of two projects (maximum of five pages per project) completed in the last twenty (20) years. The narrative shall address the team member?s participation in each project, 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 Design Performance, each Lead Design Team member will expand on his or her participation in the project. The Lead Designer shall demonstrate a history of commendable design work in restoration, conservation, and rehabilitation, and relate his or her work to the challenges that need to be addressed in this project. STAGE II: In this stage, the entire project TEAM, including the A/E Firms shortlisted in the first stage, their designated Lead Design Team, and ALL the consultants who will work on the project, will be evaluated. The A/E Firms will submit a composite Standard Form 330, Part I ? Contract-Specific Qualifications that reflects the entire project TEAM. In addition Standard Form 330, Part II -General Qualifications will be submitted for the prime firm and each proposed consultant. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews and final selection process in the Stage I short list announcement published in the FedBizOpps. Sufficient time will be provided for the A/E firms to establish full project teams. It is encouraged that the project team should include small disadvantaged, women-owned small, Hub Zone and small service disabled veteran-owned, and minority-owned small business concerns. This stage will include an interview with each project team. The A/E Evaluation 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 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, and project management process, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the Lead Designer-A/E Teams. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19), and will be open to both small and large business concerns. Before award of the contract, the A/E firm (if not a small business of less than $4,500,000 average annual receipts for the past three (3) years, per NAICS Code 541310/541330) 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, the General Services Administration has established subcontracting goals of 39% for Small Business, including 6% for Small Disadvantaged Businesses, 5% for Women-Owned Small Business, 3% for Hub zone Small Business, and 3% for Service Disabled Veteran - Owned Small Business concerns. In support of the agency?s effort, A/E firms seeking consideration for this contract shall demonstrate a proactive effort in achieving these goals, and will place subcontracts to the maximum practical extent with the small business categories listed above. The use of consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal and included in the contract. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS: A Scope of Work may be obtained from: Miriam Lopez, Contracting Officer at 212-264-9491. Email address: Miriam.lopez@gsa.gov. A Pre-Proposal Conference will be held on Friday, August 4, 2006 at 10:00 a.m. in Courtroom 2529 on the second floor of the U.S. Bankruptcy Court located at 271 Cadman Plaza, East, Brooklyn, New York to discuss the project and address any questions or concerns. A walk-through of the building will follow. If you plan on attending this conference, and/or attending the walk-through, you must notify Ms. Lopez at the telephone number or email address listed above, by August 2, 2006. Cameras will not be permitted in the Courthouse. In addition, cell phones will be held by security while participants attend the conference. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting five (5) completed copies of all documents for Stage I (including Standard Form 330, Part II - General Qualifications for the A/E Firm AND a cover letter of interest) TO: General Services Administration, 26 Federal Plaza, Room 18-130, New York, NY 10278, by 3:30 pm local time on August 23, 2006. The following information MUST be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-06-DTC-0030 (N)/A-E Services for Fa?ade Repair and Slate Roof Replacement of the U.S. Post Office and Courthouse, 271 Cadman Plaza East, Brooklyn, NY. 2) Due Date: August 23, 2006, 3) Closing Time: 3:30 p.m., local time. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form 330, Part II, (Page 6) specifies only current W-2 payroll (non-contract) personnel of each firm. Small, small disadvantaged and women-owned 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 disadvantaged firms as part of their ORIGINAL SUBMITTALS. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. Award of the contract will be contingent upon availability of funds. This contract will be procured under the Brooks A/E Act and FAR Part 36. In this process the Government will award to the most highly qualified A/E Team with whom it can negotiate a fair and reasonable price. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. This is not a Request for Proposals.
 
Place of Performance
Address: 271 Cadman Plaza, East, Brooklyn, New York
Zip Code: 11201
Country: UNITED STATES
 
Record
SN01095492-W 20060723/060721222024 (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.