Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

C -- Eisenhower Executive Office Building, Pennsylvania Avenue ADA Compliant Building Access and Security Screening Facility (Architectural Bridging Design Only)

Notice Date
5/4/2009
 
Notice Type
Presolicitation
 
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
GS11P09MKC0073
 
Archive Date
6/19/2009
 
Point of Contact
Mary Pineda,, Phone: 202-205-8468, Kasey Lehman,, Phone: 202-401-1787
 
E-Mail Address
mary.pineda@gsa.gov, kasey.lehman@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
HISTORIC PRESERVATION AND NEW CONSTRUCTION PROJECT GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation # GS11P09MKC0073 Region: NATIONAL CAPITAL REGION City: WASHINGTON State: DC Contracting Officer: MARY E. PINEDA, Contracting Officer (202) 205-8468; KASEY LEHMAN, Contracting Specialist (202) 401-1787. PROJECT: EISENHOWER EXECUTIVE OFFICE BUILDING, PENNSYLVANIA AVENUE ADA COMPLIANT BUILDING ACCESS AND SECURITY SCREENING FACILITY. BUILDING TYPE: ALTERATIONS AND NEW CONSTRUCTION AT A NATIONAL HISTORIC LANDMARK CLIENT AGENCY: EXECUTIVE OFFICE OF THE PRESIDENT, OFFICE OF ADMINISTRATION (EOP OA), UNITED STATES SECRET SERIVCE UNIFORMED DIVISION (USSS UD). SIZE: APPROXIMATELY 800 GROSS SQUARE FEET (GSF) OF NEW CONSTRUCTION AND ALTERATION AT A NATIONAL HISTORIC LANDMARK FOR CODE COMPLIANT HANDICAP ACCESS AND SCREENING. PARKING SPACES: PARKING IS NOT PART OF THIS SOLICITATION. BUDGET: THE TOTAL COST TO COMPLETION OF CONSTRUCTION IS ESTIMATED AT APPROXIMATELY $3,000,000 to $5,000,000 (DEPENDING UPON THE OUTCOME OF CERTAIN PROCESSES INCLUDING PROGRAMMATIC REQUIREMENT DEFINITION, REGULATORY APPROVALS, AND CONGRESSIONAL FUNDING.) GEOGRAPHIC LIMITATION: NATIONWIDE. SMALL BUSINESS SET ASIDE: SEE SUBCONTRACTING GOALS UNDER STAGE II HEREIN. 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, historic preservation specialists, 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, federal building stewardship regulations, and reduced energy consumption; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. The Eisenhower Executive Office Building (EEOB), renamed by Executive Order in 1999, is located in Washington DC’s Presidential Park, immediately west of The White House. This National Historic Landmark (NHL) commands a unique position in both our national history and architectural heritage. Designed by Supervising Architect of the Treasury, Alfred B. Mullett, the EEOB was built between 1871-1888 to house the growing staff of the Departments of State, War, and Navy, and is considered among the best examples of French Second Empire architecture in the country. Restoration of interior building spaces began in 1983. Since then, main corridors, libraries, stairwell domes, stained glass rotundas, and certain offices have been restored. Originally known as the State, War, and Navy Building, the EEOB housed the three departments associated with formulating and conducting the nation’s foreign policy in the last quarter of the nineteenth century and the first quarter of the twentieth century – the period when the United States emerged as an international power. The building has housed many of the nation’s most significant diplomats, politicians and military leaders and has been the scene of many historic events. Due to its proximity to the White House, the EEOB houses a majority of the White House Staff offices. The building houses the Office of Management and Budget, the National Security Council, White House Counsel, and numerous other offices critical to the Presidential Administration. The EEOB is currently undergoing a 3 phased multi-year modernization and security upgrade. As the modernization’s programmatic requirements evolved, it became clear that a new ADA compliant security screening facility and entrance was needed for employees, guests, and dignitaries. However, the exact size, scope, and complexity of the overall project are still under discussion and exploration. The numbers and figures described in this pre-solicitation notice are based on government estimates and projections. GSA realizes that these numbers are subject to change. Due to the constraints of this project, its complex environment, historic preservation requirements, and the potential impact on contributing historical resources, GSA will require the services of our nation’s most talented lead designer for performance of architectural bridging design document services. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of architectural bridging design document services in accordance with GSA quality standards and requirements. The proposed facility will be required to meet or exceed Federal energy goals. In addition, due to the sensitive nature of the work performed by EOP OA and USSS UD, the design of the facility and site must meet stringent federal security requirements. The screening facility will comply with PBS P100 (Facilities Standards for the Public Buildings Service), U.S. Building Codes, and U.S. Government requirements, including the Architectural Barriers Act Accessibility Standard (ABAAS), the National Historic Preservation Act (NHPA), Department of Interior, Secretary of the Interior’s Standards for Rehabilitation, and associated design and landscape guidelines, as well as other applicable laws, codes, and standards. The White House Security Guidelines and the United States Secret Service’s Technical Security Division have determined the classification level for this project. All judgments and proposed amendments to stated classification determinations must be presented to and approved by the United States Secret Service and White House Security. PROJECT DESCRIPTION: The project may provide approximately 800 GSF of new construction and adaptation of a National Historic Landmark. The intent of this project is to serve the needs of tenant agencies by providing a new ADA compliant building access and security screening facility. The new facility will function as a screening, credentialing, and holding area for employees, guests, and dignitaries wishing to gain entrance to the EEOB. A satisfactory outcome will meet tenant agency requirements with new construction that relates successfully to the surrounding urban landscape, architecture and historical context. The scope of architectural bridging design documents services will include: architecture; civil; historical preservation; interior design; urban site and landscape design; and a requirement for Design Excellence peer reviews and concept approval submission and presentation to the PBS Commissioner. Due to the sensitive nature of the proposed facility’s location and function, this Design Excellence opportunity will ONLY ADDRESS THE ARCHITECTURAL CONCEPT of the facility. These Design Excellence architectural bridging design documents shall be categorized as “Sensitive but Unclassified.” All mechanical, electrical, plumbing, communications, IT, security, fire protection, physical security, and all other sensitive components of the facility will be integrated into the bridging design documents by the subsequent design-build firm. A design firm, which holds proper facility clearances, will be utilized as an advisor for any coordination or implementation issues during the architectural bridging document development that involve classified systems or details. SCOPE OF WORK: The goals for this procurement are as follows: complete a client program evaluation defining the project and programmatic requirements and provide architectural bridging design document services. A design-build contractor, under a separate solicitation, will use the architectural bridging documents as bases for a full design. This procurement is to address the architectural bridging design only and will not address classified systems, components, or processes. All conceptual/bridging design work will be required to comply with the National Environmental Policy Act, the National Historic Preservation Act, and the Department of Interior, Secretary of the Interior’s Standards for Rehabilitation. Design submissions will include: an illustrated preservation report identifying all relevant design details, potential conflicts with the Secretary of the Interior’s Standards and solutions for preventing all adverse effects, as defined in the NHPA, while achieving project goals. The Regional Historic Preservation Officer (RHPO) must evaluate each design concept for compliance with all applicable preservation standards. The RHPO may request and coordinate additional design reviews based on their interpretation of each design submission. The lead designer and A/E team will 1. Participate in design consultations and presentations for project approvals by the National Capital Planning Commission (NCPC) and the U.S. Commission of Fine Arts (CFA); 2. Fully engage tenants in the planning and design of the screening facility and its thoughtful integration into the EEOB, its historic landscape and urban context- the Presidential Park precinct; 3. Develop an architectural bridging design that maintains and enhances the existing cultural, natural, and physical attributes of the site; 4. Balance historic preservation with new construction, including the coexistence within the historic setting, and 5. Respect, incorporate, and interpret the significance of the Eisenhower Executive Office Building’s past, and that of Pennsylvania Avenue; 6. Subscribe to the Design Excellence goals; 7. Produce an architectural bridging design capable of achieving a level of sustainable design/green architecture for the facility that will meet or exceed the United States Green Building Council’s (USGBC) Silver LEED rating; 8. Plan and design to promote reciprocal natural views and sightlines from Pennsylvania Avenue to the EEOB; 9. Engage a planning and design approach that explores opportunities which will accomplish preservation of adjacent historic setting and urban context and 10. Integrate basic operational and physical security elements within the Presidential Park precinct. SELECTION PROCESS: This is a Request for Qualifications (RFQ) of Lead Designers and their associated A/E Design Firm. 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 their associated 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, 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’ architectural approach. Interested Lead Designers will submit portfolios of accomplishments that establish their design capabilities and that of their associated A/E Design team. All documentation will be in an 8-1/2” x 11” format. The submission document should not exceed ¼” thickness; double-sided printing is permissible. The submission should include the following: a letter of interest referencing the FedBizOpps announcement number and briefly describing the Lead Designer and their associated A/E Design Firm; 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 client representative and GSA personnel will evaluate the submissions. The A/E Evaluation Board will establish a shortlist of at least three Lead Designers. The Stage I shortlist will be published in FedBizOpps. Each Lead Designer and associated 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 new construction projects completed not more than 10 years prior to the Stage I Submission due date. At least one project example must demonstrate sympathetic new construction and alteration within an historic context, including experience working within a National Historic Landmark property, historic site or district. Other project examples may represent projects of similar scope, scale, complexity and/or complex to the EEOB project. A narrative (maximum of two single sided pages per project) shall address the design and adaptive use approach with salient features for each project, and discuss how the client’s program, function, image, mission, occupancy, economic, schedule and operational objectives—including energy conservation, compliance with preservation guidelines and life cycle cost strategies—were satisfied by the overall planning/design/engineering solutions. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence and construction 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 typewritten single-sided pages), state his/her overall design philosophy and approach to the challenge of public architecture and integrating new construction within the context of a National Historic Landmark.. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three single-sided pages) including education, professional experience, professional affiliations, 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. 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 new construction projects where the construction was completed not more than 10 years prior to the Stage I submission due date. The narrative shall address the design philosophy with salient features for each project and discuss how the client’s program, functional, image, historic preservation and adaptive use, mission, economic, schedule, energy conservation, and operation and maintenance objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criterion (1), the Lead Designer will address his or her participation in the project. STAGE II: In the second stage of evaluation, each of the short-listed Lead Designers and their associated A/E Design Firm 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 solicitation is Mary E. Pineda, Contracting Officer, located at General Services Administration, National Capital Region, 7th & D Streets, S.W., Room 2021, Washington, DC 20407, telephone (202) 205-8468. 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: Lead Designers and their associated A/E Design Firm 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; and a Letter of Interest to: The offeror shall submit the following: ONE ORIGINAL and EIGHT COPIES of the Capability and SF330 information (identifying one copy as ORIGINAL); and ONE ORGINIAL Letter of Interest to : Mary E. Pineda, Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, S.W., Washington, DC, 20407 by no later than 3:00 P.M. local time on the response date of this announcement. NOTE: 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 PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cac7ca83e7d1a00bb6b6f9e29ebd8592&tab=core&_cview=1)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN01808028-W 20090506/090504215959-cac7ca83e7d1a00bb6b6f9e29ebd8592 (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.