Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOURCES SOUGHT

Z -- RECOVERY -2009 STIMULUS PROJECT for San Juan FBI Office Consolidation Project Design

Notice Date
9/1/2009
 
Notice Type
Sources Sought
 
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, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
2PCB-09-0368
 
Point of Contact
Claudia Rivera, Fax: 212 264-0588
 
E-Mail Address
claudia.rivera@gsa.gov
(claudia.rivera@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY 2009 STIMULUS PROJECT This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. 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 The General Services Administration (GSA), Northeast and Caribbean Region is seeking highly qualified Architectural/Engineering (A/E) firms interested in participating in a potential opportunity under GSA’s Design Excellence Program. The acquisition procedures for this opportunity will be in accordance with Federal Acquisition Regulations and GSA’s the Design Excellence quality standards and requirements. This will be a negotiated procurement issued in accordance with Public Law 92-582, “The Brooks Act.” In this process the Government awards a contract to the most highly qualified A/E Team with whom it can negotiate a fair and reasonable price. In this context, GSA announces this potential opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design. All facilities will meet 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 fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007. The project must conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS) and achieve at least a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required. The facility will be designed in metric units. This sources sought is for A/E Design services for a new high-performance green building that will result in the design and construction of a new Federal Building in San Juan, PR. The project will be on an existing 27 acre federal campus located in the Hato Rey area of San Juan. The Estimated Construction Cost Range for this project is between $118,000,000 and $120,000,000. This new project will make a distinct architectural statement that is responsive to the existing structures of site and provides the Government with a facility that will meet high security requirements and tenant space needs. The new facility will be energy efficient and will have a LEED rating goal from the U.S. Green Building Council. Additionally the Federal buildings must be high-performance green facilities which harmonize aesthetics and performance; enhance human productivity and creativity and contribute to the cultural and social environment. They demonstrate the merit of true integrated design that balances aesthetics, cost, constructability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. A master plan, currently in design, will be provided to the designer and will be the basis for the design of the new federal facility. Funding for the design of this project is part of the American Recovery and Reinvestment Act (ARRA) of 2009. SCOPE OF WORK The scope of professional services will require at a minimum: Professional architectural, landscape architectural, engineering, interior design, and related consulting services for the design of this new facility through the development of concept design documents, design development documents, metric construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), and post-construction contract services (PCCS) for this new federal facility. The professional services shall be performed in an integrated manner where designers collaborate throughout the project delivery to provide a holistic design. This includes the construction of the new building and related high performance green building systems, a parking structure, and site development. The project must fulfill customer agency programmatic requirements. The Scope of A/E Services under this anticipated acquisition will include, but are not necessarily limited to: Architectural/Engineering Design, Preparation of Specifications and CAD drawings for Construction Documents, Value Engineering, Partnering, Cost Estimating and Interior Design/Space Planning. 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 shall be designed to comply with the March 2005 P-100 (Facility Standards for the Public Buildings Service) GSA design standards for secure facilities. The A/E firm will be required to select a lead designer (or designers) for the project. The firm must demonstrate the capability of the Lead Designer(s) to integrate design approach with salient features by submitting sample projects. For each project the firm must 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. The A/E will be requested to provide tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of two photographs will be requested for each project. The A/E firm will be required to submit a biographical profile including education, professional experience, and recognition for the lead designer, inclusive of the portfolio project examples. The A/E firm will also submit a portfolio representative of the Lead Designer’s ability to provide design excellence. The portfolio will address the lead designer’s participation in each project. Project examples should be relevant to this project, including: scale, scope, complexity, context, sustainability, security, tropical design strategies, strategies used to achieve actual building performance, integrated design strategy, design process for meeting specific performance goals, the urban design strategy, and/or workplace design. 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 for stage two based on FAR 36.602-1: The Northeast and Caribbean Region is seeking information on A/E firms that are experienced in Architectural design excellence and qualify under the 8(a) Program, the HUBZone Program and/or the Service-Disabled Veteran-Owned Small Business Procurement Program. The North American Industry Classification System Code for this potential acquisition is 541310. The Small Business size standard is average annual sales and receipts for the past three years that are less than $4,500,000.00. If you are an interested A/E firm, please provide a response to the questions below and provide with your Written Letter of Interest. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Do you meet the Small business standard (average annual receipts less than $4,500,000.00 for the past three years)? Otherwise, indicate if you are a large business firm. 2. Is your firm an 8(a), Hubzone Small Business and/or Service Disabled Veteran- Owned Small Business (Please indicate the applicable representation(s))? (For additional information on small business size standards and small business programs, please visit www.sba.gov) 3. Is your firm able to meet the geographic area requirement? (20% of the level of contract effort must be performed within the island of Puerto Rico.) 4. In the past ten (10) years, has your firm completed at least five projects demonstrating the A/E Firm(s) ability to design high-performance green buildings that meet specific energy, water, sustainable materials and user thermal, acoustic and visual comfort, and design excellence goals? 5. Is you firm capable of providing tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/2PCB-09-0368/listing.html)
 
Place of Performance
Address: San Juan, Puerto Rico, Puerto Rico, United States
 
Record
SN01935676-W 20090903/090902004118-ed30c81feea532d3d38d225d6629310e (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.