Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

C -- *RECOVERY*Renovations and Alterations of the PJKK Federal Building and U.S. Courthouse, Honolulu, Hawaii

Notice Date
4/8/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-09-KT-C-0061
 
Archive Date
5/23/2009
 
Point of Contact
Beverly Chin,, Phone: 415-522-3141, Beverly Chin,, Phone: 415-522-3141
 
E-Mail Address
beverly.chin@gsa.gov, beverly.chin@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
GSA Design Excellence Solicitation for Lead Design A/E: Architect and Engineer C-Architect-Engineer Services Solicitation # GS-09P-09-KT-C-0061 Region: 9 City: San Francisco State: California Contracting Officer: Beverly Chin Phone Number: (415) 522-3141 PROJECT: *RECOVERY*Renovations and alterations of the Prince Jonah Kuhio Kalanianaole Federal Building and U.S. Courthouse, Honolulu, Hawaii BUILDING TYPE: Courthouse and Federal Office Building HISTORIC STRUCTURE: [ ] YES [x] NO CLIENT AGENCY: U.S. DISTRICT COURTS AND OTHER FEDERAL TENANT AGENCIES SIZE: 736,000 GROSS SQUARE FEET PARKING SPACES: NA BUDGET: $60 - $70 MILLION FOR PHASE 1 CONSTRUCTION (COURTHOUSE AND ELECTRICAL SUBSTATION); $100 -$110 MILLION FOR PHASE II CONSTRUCTION (FEDERAL BUILDING) FUNDING: Funds from ARRA FOR OVERALL DESIGN OF THE PJKK CAMPUS, AND PHASE I CONSTRUCTION GEOGRAPHIC LIMITATION: OPEN NATIONWIDE AND 35% TO BE PERFORMED IN HAWAII. 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, engineers, landscape architects, and interior designers to modernize our federal buildings and prepare them for the next 50 – 100 years of service. Federal buildings must be high-performance green facilities which demonstrate the merit of true integrated design that balances aesthetics, performance, 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 Integrated Design in accordance with GSA quality standards and requirements. As required by law, all facilities must meet all Federal energy and water conservation goals and security requirements specifically the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423 and the Energy Independence and Security Act of 2007. All projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific IBCLEED certification credits required. The project will be in conformance to GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), International Building Code, Architectural Barriers Act Accessibility Standards (ABAAS), and applicable customer agency requirements. The facility will be designed in metric units. PROJECT DESCRIPTION The project as authorized by the American Recovery and Reinvestment Act (ARRA) is a two-phase major renovation project to modernize the building infrastructure systems and provide limited tenant improvements of the existing Prince Jonah Kuhio Kalanianaole Federal Building and U.S. Courthouse campus, which was built in 1978. Phase I includes $60-70 million for the design and construction for an electrical substation and the existing 5-story U. S. Courthouse, which is approximately 136,000 gross square feet (GSF). Phase II includes only the design for the existing 9-story federal building, which is approximately 600,000 gross square feet (GSF). The $100-110 million Phase II construction funding is not part of the ARRA. The federal campus is located at 300 Ala Moana Boulevard in Honolulu, Hawaii. Currently, both buildings are fully occupied by federal agencies. The buildings include 6 artworks that will be conserved. This project will not only modernize the major building systems to provide 30+ years of useful life, but will also transform the existing buildings into high-performance green buildings, and provide an efficient and model interior work place for the existing federal tenants. While the project will not require alteration to the existing building exterior, the renovation project should enhance and be responsive to the distinct architectural statement of the existing buildings while improving the energy conservation, quality of the existing offices while showcase sustainable design. Currently, a window replacement project is underway that will provide blast protection for the courthouse building. This project will be completed by June 2010. The scope and extent of the window replacement project must be aligned with the project requirements outlined in this solicitation. The project consists of complete design services including the preparation of construction documents and construction administration services. The construction will be phased utilizing internal swing space and the project delivery method will be CMc. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, interior design, and related consulting services for implementation of an integrative design process whereby the project design is developed in tandem by a multidisciplinary team through concept design, design development, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD) and building information modeling (BIM), and post-construction contract services (PCCS) for the complete renovation and modernization of both existing buildings. The project includes major renovations to several building infrastructure systems not limited to the HVAC, fire alarm, life safety, fire sprinkler, plumbing, security and electrical systems The project will also include limited tenant improvements. Since the existing buildings are currently fully occupied, construction will be strategically phased while tenants will utilize swing spaces located within the buildings. Tenant Improvements (TI) or space alterations include the complete renovation of the public lobbies, elevator cabs, and restrooms. Limited tenant improvements within workspace areas will focus primarily on areas located above existing ceilings. SELECTION PROCESS This is a Request for Qualifications (RFQ) of Lead Designers - A/E Firms interested in contracting for this work. The requirement for the Lead Designer is for either a Lead Engineer, Lead Architect or both. 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 project design. A/E firms are advised that at least 35% of the level of contract effort must be performed on the island of Hawaii where the project is located. The A/E firm will address the contractual relationship with the Lead Designer and A/E Team in Stage II. The A/E selection will be completed in two stages as follows: In Stage I, interested Lead Designers and A/E firms will submit portfolios of accomplishment that establish the design capabilities of the Lead Designer and A/E Design Firm. In Stage II, short-listed Lead Designer-A/E teams will be interviewed. Stage I All documentation will be in an 8 ½” x 11” format. The assembled Stage I portfolio should be no more than 1/4 inch thick. Submissions may be double-sided where feasible. The Lead Designer – A/E Firm portfolio should include the following: a cover letter referencing the FBO announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications Part II, and responses to the submission requirements and evaluation criteria listed below. An A/E Evaluation Board consisting of a private sector peer and representatives of the client and GSA will evaluate the submissions. The Board will establish a short-list of three to six firms. 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 Criteria: (1)PAST PERFORMANCE ON DESIGN (35%): The A/E Firm(s) 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 in actual building operational performance through the overall design/planning solution. It should comment on the relevance of submitted projects to the scope, scale, complexity, and /or context of this project, including major building system renovation, sustainability, coordination of swing space with phased construction, energy conservation strategies, design incorporating BIM (building information modeling) and workplace design. Project examples should demonstrate the A/E firm’s ability to design high-performance green buildings. This section of the submission should include tangible evidence such as certificates, awards, 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, a site plan, a 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’s words (maximum of two pages), as related to this project, state: the parameters of an overall design philosophy; his/her approach to the challenge of public architecture, achieving goals through the integrated design process, phased construction in fully occupied buildings and related issues; parameters that may apply in a high performance, green building, energy conservation, renewable energy, and commitment to integrated and sustainable design. (3)LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three 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. Address his or her participation in each project. If a single designer, submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). If the Lead Designer is a team, submit graphics and a description of up to two projects from each Lead Designer or Lead Design 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. Project examples should relate to the scope, scale, complexity, and /or context of this project and demonstrate the Lead Designer’s ability to design high-performance green buildings. 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 shall address his or her participation in the 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. The Lead Designer-A/E Design Firm must quickly establish its entire A/E team. Firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire design team. 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 evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. The Lead Designer and A/E Team will not be allowed to discuss or present specific design ideas, project solutions and models during the interview process. Emphasis will be placed on the Lead Designer-A/E Team’s understanding of the unique aspects of the project, their design philosophy, integrated design approach, 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. 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: Beverly Chin Delivery Address: GSA, PBS, Design & Construction Div. (9PCS) 450 Golden Gate Avenue, Third Floor West, San Francisco, CA 94102 Phone number: (415)522-3141 ALL SUBMISSIONS FOR STAGE 1 ARE DUE by 3:00PM Pacific Daylight Savings time on Friday, MAY 8, 2009. A total of five (5) 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. 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 than $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 95-507. 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 disadvantaged firms as part of their original submitted teams (Stage II). 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 during the selection process. This is not a Request for Proposals.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd96b78894ddf5b5b7f7ab00b38640c9&tab=core&_cview=1)
 
Place of Performance
Address: Prince Jonah Kuhio Kalanianaole Federal Building & U. S. Courthouse, 300 Ala Moana Boulevard, Honolulu, Hawaii, 96850, United States
Zip Code: 96850
 
Record
SN01787962-W 20090410/090408215202-bd96b78894ddf5b5b7f7ab00b38640c9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.