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 - MODERNIZATION OF AN HISTORIC STRUCTURE

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-KTC-0048
 
Archive Date
5/12/2009
 
Point of Contact
Shelita Harper,, Phone: 415-522-3206, Christopher Lee,, Phone: 415-522-2877
 
E-Mail Address
shelita.harper@gsa.gov, christopher.lee@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
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. This high performance green building project will continue the legacy of outstanding public architecture that was initiated with the founding of the nation through the preservation and modernization of a historic federal building. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program commissions our nation’s most talented architects, engineers, landscape architects, and interior designers to prepare our historic federal buildings for the next 50 – 100 years of service. GSA Design Excellence projects demonstrate the merit of integrated design that balances historic significance with current needs, aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. As required by law, all Federal facilities must meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Order 13423; achieve fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007; conform with the Interagency Security Council (ISC) and GSA design standards for secure facilities; conform to GSA’s P-100 (Facility Standards for Public Buildings); and comply with the Architectural Barriers Act Accessibility Standards (ABAAS). All GSA projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required. Projects in or affecting historic properties must comply with Section 106 of the National Historic Preservation Act and the Secretary of the Interior’s Standards for the Treatment of Historic Properties. The facility must be designed in metric units. This construction phase of the project will be delivered through the Construction Manager as Constructor (CMc) delivery method as defined in FAR Part 16.403(a). PROJECT DESCRIPTION The Federal Building at 50 United Nations Plaza building is a Second Renaissance Revival style federal building designed by Arthur Brown, Jr. and completed in 1936. The building is a contributing element in the San Francisco Civic Center National Historic Landmark District, designated in 1987 and is individually listed in the National Register of Historic Places. The federal building is adjacent to the United Nations Plaza which was designed by famed landscape architect Lawrence Halprin. The design will follow the Secretary of Interior’s Standards for the Treatment of Historic Properties and GSA Building Preservation Plan (BPP) guidance, respecting the historic character and design of the building while accomplishing the project requirements that meets the needs of a modern workforce. The 50 UN Plaza building is six stories high, with an occupiable basement, and is approximately 360,000 gross square feet with 193,000 net square feet. The building is currently vacant and will be occupied by the General Services Administration Region 9 offices, which are currently located in the Phillip Burton Federal Building at 450 Golden Gate Avenue. The project consists of complete design services for the preparation of construction documents for the proposed alteration and improvements work to create an energy efficient office space and a comfortable working environment for federal workers that will meet current GSA and building code standards. This high performance green building project will create a sustainable and energy efficient office space that will be a comfortable work environment for federal tenants. The project must meet GSA seismic, life-safety and historic preservation standards and codes. Specific energy and water conservation goals should be achieved through the exceptional integration of optimized building systems with existing historic fabric and utilization of available on-site renewable solar energy and on-site water. The project will also: address greenhouse gas emissions; deliver actual, not anticipated, operational performance; provide flexible design for future adaptations/tenants; address climate change; provide sustainable operations and maintenance; incorporate sustainable materials/finishes; and, achieve user comfort in thermal, acoustic and visual perspectives. The revitalization of this historic building will contribute to the vitality of the immediate civic setting and surrounding neighborhood. SCOPE OF WORK The scope of professional A/E services under this Firm-Fixed Price Contract will require at a minimum: professional historic preservation, architectural, engineering, interior design and historic landscape architectural consulting services for implementation of an integrative design process, where the project design is developed in tandem, not sequentially, by a multidisciplinary team through, but not limited to, pre-design services (including special studies and surveys), concept designs, design development, construction documents, specifications, cost estimates, value engineering services, computer-aided design drafting (CADD), and post construction contract award services (PCCAS), in addition to other supplemental services as appropriate to the project needs for an historic federal office building. The building program includes build out of offices and building amenities such as a coffee bar, fitness center, break rooms and a conference center. The project includes: realignment and tenant improvement of interior office and support areas, including new finishes; seismic structural upgrade; hazardous materials abatement; refurbishing existing exterior windows and addition of blast protection; modernizing telecommunication equipment; providing two new electrical services; upgrading electrical distribution system; upgrade with energy efficient lighting and lighting controls; replacing plumbing system; new heating and ventilation system; refurbishing fire sprinkler system; upgrading fire alarm and detection system; refurbishing existing elevators; upgrading building security system and improving site perimeter protection; compliance with the Architectural Barriers Act Accessibility Standards (ABAAS); fire safety improvements to bring the existing system to code; full roof replacement; implementation of sustainability and green building design, techniques, and features to achieve LEED Silver certification and to meet Energy Performance Goals; installation of photovoltaic system; restoration of courtyard elements and landscaping; implementing Art-in-Architecture commission; restoration and upgrades, similar to the GSA First Impressions principles and goals, for the lobby; and restoration of historically significant interiors and building fabric and elements. This building is listed on the National Register of Historic Places. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO) and Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. Design submissions will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and solutions as they are developed. Every effort will be made to avoid adversely effecting original materials and design in the buildings restoration or preservation zones identified in the BPP. Alteration or removal of original materials and design requires special justification and a Memorandum of Agreement with the SHPO. SELECTION PROCESS This is a Request for Qualifications (RFQ) of Lead Designers/ A/E Firms 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 Lead Designer may also be the strategic design facilitator for the project. The Lead Designer will also be involved in the Art in Architecture commission for this project. A/E firms are advised that at least 35% of the level of contract effort must be performed within a 60 mile radius of the city of San Francisco, California in which the project is located. The A/E firm will address the contractual relationship with the Lead Designer and project team in Stage II. At that time, the following specialty consultants will be required: historic preservation, energy specialist, Integrated Design/Strategic Design facilitator, daylighting specialist. A joint venture and/or a firm/consultant arrangement will be considered and evaluated on a demonstrated interdependency of members to provide a quality effort. The Key Firm of any proposed joint venture and or firm/consultant arrangement must have an existing active office within the designated Geographical limit and must demonstrate the capability to perform all contract services. 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 Design Firm. In Stage II, shortlisted Lead Designer-A/E teams will be interviewed. Stage I All documentation will be in an 8 ½” x 11” format. The assembled content for the Stage I portfolio should be no more than 1/4 inch thick. Submissions may be double-sided where feasible. The 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; credentials of historic preservation specialist; 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. Since identification of team members, other than the Lead Designer(s), is not required during Stage I, Consultant and “production firm” (if different from the Design Firm) information should not be included in the Stage I portfolio submission. Submission Requirements and Evaluation Criteria: 1.PAST PERFORMANCE ON DESIGN AND THE INTEGRATED DESIGN PROCESS (35%): The A/E Firm(s) will submit a portfolio of not more than five renovation projects completed in the last ten years (maximum of five pages per project). At least two project examples should include restoration/conservation work and represent a history of commendable design work in the restoration/conservation specialty. Other project examples should represent projects of similar scope, scale and complexity to the 50 UN Plaza project and the firm’s ability to design high-performance green buildings that meet specific energy, water, sustainable materials and user comfort goals (thermal, acoustic and visual). 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 describe how preservation goals were met and address the relevance of submitted projects to this project, including the integration of contemporary office functions and programmatic requirements, and high performance green building technologies and strategies within an historic building. 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 four 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 historic public architecture and related issues; parameters that may apply in creating and accommodating contemporary office functions within an historic building; and a commitment to achieve a high performance green building. 3.LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of the portfolio examples, and 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. Project examples should represent projects of similar scope, scale and complexity to the 50 UN Plaza project and the lead designer’s ability to design high-performance green buildings that meet specific energy, water, sustainable materials and user comfort goals (thermal, acoustic and visual). 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 will address his or her participation in the project. The Lead Designer shall demonstrate a history of commendable design work in restoration, conservation, and rehabilitation. 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 Lead Designer-A/E Design Firm 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 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. An 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 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 solutions or 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, 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: Shelita Harper Delivery Address: 450 Golden Gate Ave, 3rd Floor West San Francisco, CA 94102 Phone number: 415-522-3206 ALL SUBMISSIONS ARE DUE by 3:00PM local time on April 27, 2009. 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. 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=8be21a9e062549586c41497381ba8f20&tab=core&_cview=1)
 
Place of Performance
Address: 50 United Nations Plaza, San Francisco, California, San Francisco, California, United States
 
Record
SN01787972-W 20090410/090408215214-ea2284b6a0b6c4e36902dc625c4d3359 (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.