Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

C -- Southern Maryland Courthouse

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P10MKC0040
 
Point of Contact
Paige L. Shin, Phone: 2022055858
 
E-Mail Address
paige.shin@gsa.gov
(paige.shin@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The GSA, National Capital Region, Washington, DC, is seeking Architect-Engineering (A/E) Services for the Design of an Annex to the existing Southern Maryland Courthouse in Greenbelt, MD. The estimated project construction cost range is $80 million to $90 million. This construction cost range excludes the cost of the design effort in the proposed design contract. GSA anticipates using the traditional Design-Bid-Build method of project delivery. The effort will commence with concept development and continue through to 100% construction documents and post-construction services. The completed construction documents will be included in a separate construction contract solicitation. 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, reliability, and reduced energy consumption. 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, including the P100 [Facilities Standards for the Public Buildings Service]. As required by law, all facilities will meet Federal energy goals, including standards mandated by the Energy Independence and Security Act of 2007, Energy Policy Act (EPAct) of 2005, and the Architecture Barriers Act Accessibility Standards (ABAAS). The Southern Maryland Courthouse Annex project will increase the size of the Southern Maryland U. S. Courthouse (SoMD CT) in Greenbelt, Maryland from 424,816 gsf to 687,395 gsf. The incremental 262,579 gsf courthouse Annex will be accomplished by adding: 1) a new stack of jury deliberation rooms in support of existing courtrooms and newly renovated courtrooms; 2) expansion of the existing building to add U.S. District Court (USDC) chambers and U.S. Marshal Service (USMS) support spaces; 3) the addition of other court functions such as U.S. Bankruptcy (USBC) courtroom and chambers, U.S. Attorney's offices, and Pretrial and Probation, and U.S. Trustee's, and 11 inside parking spaces; and 4) the addition of outside parking spaces in a parking garage expansion. Renovation of the existing offices will provide more efficient usage of the existing facility. These additions to the SoMD CT will meet the Judiciary's 10-year need corresponding with the year 2020, and the 30-year need. The Judiciary's Five-Year Plan, which reflects construction priorities approved by the Judicial Conference, includes an expansion of the existing SoMD CT in Greenbelt, MD for site and design funding. The Southern Maryland Courthouse is situated on a 9.3 acre parcel at 6500 Cherrywood Lane in Greenbelt, Maryland in Election District 21. The site is bounded on the east and north by open space owned by the U.S. Department of Agriculture, on the west by open space owned by a private developer and to the south, across Cherrywood Lane, by a private developer. Access to the site is from a single controlled entrance off of Cherrywood Lane. The project will incorporate cost-effective and innovative strategies including the utilization of photo-voltaic systems to meet the Energy Independence and Security Act of 2007 and goals to reduce energy consumption per Energy Policy Act (EPAct) of 2005. This project shall include a comprehensive application of design principles that will result in a high performance green building capable of achieving at least Silver certification by the U.S. Green Building Council (USGBC) using the latest version of the Leadership in Energy and Environmental Design (LEED) rating system. Efforts are to be made, if feasible, to achieve a higher level of certification. SCOPE OF WORK The proposed A/E Design Contract (Base Contract) will require, but is not limited to, preparation of design documentation and related services as follows: drawings, specifications, cost estimates, schedules, renderings, mock-ups, computer graphics, color/material selections and presentations, system design and calculations, life cycle costing, value engineering, programming, space planning, and other similar services as determined to be required. In addition, the A/E Design Contract will require the A/E Design Firm to provide computer aided design (CAD) documentation, including building information modeling (BIM), a requirement for Design Excellence peer reviews, and concept approval submission(s) and presentation(s) to the PBS Commissioner. The GSA will require the A/E Design Firm to make such presentations to other public authorities and commissions for project approvals as required. SELECTION PROCESS: This is a Request for Qualifications (RFQ) of Lead Designers and their A/E Design Firms. 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 Lead Designer and A/E Design Firm. 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 (within the A/E Design Firm), or design studio (team of designers within the A/E Design Firm) that will have primary responsibility to conceive the design concept and the buildings' architecture and engineering systems. 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 8-1/2" x 11" format. The submission should include the following: a letter of interest referencing the FedBizOpps announcement number and briefly describing the A/E Design Firm and its Lead Designer; the Standard Form 330 Architect-Engineer Qualifications (utilizing the SF-330 (PDF version) completed as follows: On page 1, complete items A&B. On pages 1 - 4, do not complete items C, D, E, F, and G. On page 5, item H, respond to the STAGE I evaluation criteria stated in this announcement. Also sign and date page 5. Complete, sign and date page 6). Identification of Team Members (outside consultants/subcontractors - including any firm(s) added to form a joint venture with the A/E Design Firm) is not to be submitted at this stage. An A/E Evaluation Board consisting of a private sector peer, a representative or representatives of the client, and GSA personnel will evaluate the submissions. The A/E Evaluation Board will establish a shortlist of at least three A/E Design Firms. The Stage I shortlist will be published in FedBizOpps. Each Lead Designer and A/E Design Firm 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 8-1/2" x 11") of not more than five (5) building construction projects, each of which had a total construction cost exceeding $50 million, where the construction was completed not more than 10 years prior to the Stage I Submission due date. Submitted projects shall include one or more the following characteristics: court house (Federal or State); either new construction or as a renovation; federally funded construction; complex building renovation; multi-phased renovation while occupied with multiple tenants; utilizing integrated design practices; energy efficient system design. Projects that contain more of the above characteristics will receive a more favorable consideration. A narrative (maximum of two single-sided pages per project) shall address the design approach for and the important features of each project, describe the architectural and engineering design requirements, including those related to energy conservation, sustainability, and new technologies, 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 each submitted project to this project, and shall clearly identify those portions of the submitted projects for which the A/E Design Firm had responsibility. 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, email 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 single-sided pages), as related to this project, state his/her overall design philosophy and approach to the challenge of public architecture, commitment to integrated design and Design Excellence, including sustainability and energy conservation, new technologies, and other issues and parameters that may apply in designing a complex addition to an existing courthouse. (3) LEAD DESIGNER PORTFOLIO (25%): Submit graphics (maximum of three single-sided pages per project) and a description (maximum of two single-sided pages per project) for up to three (3) building construction projects, where the construction was completed not more than 10 years prior to the Stage I submission due date, representative of the Lead Designer's ability to provide design excellence. Address his or her participation in each project. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, economic, schedule, energy and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible, such as certificates, awards, peer recognition, etc., demonstrating design excellence. (4) 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. STAGE II: In the second stage of evaluation, each of the short-listed A/E Design Firms will be notified and asked to submit more detailed information regarding the entire A/E Project Team. The A/E Project Team shall be considered to include the Lead Designer, A/E Design Firm, 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 in the project. On developing the A/E 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), which 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 Government will not allow payment for travel within the NCR, living expenses, computer time or hookups for the A/E Design Firm, any firm(s) added to form a joint venture with the A/E Design Firm, or any of the outside consultants/subcontractors. The A/E Design Firm must identify the contractual relationship with its Lead Designer and the entire A/E Project Team. A sufficient period of time will be provided for the short-listed A/E Design Firms to establish the entire A/E Project Team and to respond to the Stage II requirements. Those A/E Design Firms will resubmit a complete SF-330 for any firm(s) added to form a proposed joint venture with the A/E Design Firm, as well as for outside consultants/subcontractors included as part of the A/E Project Team, and a composite SF-330 that reflects the entire A/E Project Team. The Government will establish the criteria and procurement schedule for the Stage II evaluation. The Stage II evaluations will include an interview with members of the A/E Evaluation Board. Short-listed A/E Design Firms should be prepared to discuss all aspects of the Stage II evaluation criteria provided. The contact person for this pre-solicitation is Paige L. Shin, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, S.W., Room 2021, Washington, DC 20407, telephone (202) 205-5858. The Contracting Officer is 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 firm (if not a small business (not more than $4,500,000 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, the GSA has established subcontracting goals of 37 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 Businesses (WOSB), 3 percent for HUBZone Small Businesses (HUBZ), 5 percent for Veteran-Owned Small Businesses (VOSB), 3 percent for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and 15 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 Small Business consultants/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 8-1/2" 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. 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 be dated not more than twelve (12) months before the date of this announcement, along with the letter of interest to: Vincent E. Matner, P.E., Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, S.W., Washington, DC, 20407. Stage I submittals are due no later than 3:00 P.M. local time on the response date of this announcement. ONE ORIGINAL AND NINE 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. In this process, the Government will award to the most highly qualified A/E Project Team with whom it can negotiate a fair and reasonable price. Award is subject to the availability of funds. This is not a request for proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0040/listing.html)
 
Place of Performance
Address: The Southern Maryland Courthouse, 6500 Cherrywood Lane, Greenbelt, MD 20770, United States
Zip Code: 20770
 
Record
SN02052205-W 20100130/100128235254-8effb063099bbed2a1d5a474941e0c79 (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.