SOLICITATION NOTICE
C -- Design Excellence Solicitation for a Lead Design Firm for a New U.S. Courthouse, Lancaster, Pennsylvania
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Chesapeake Realty Services District (3PC), Mid-Atlantic Region, Wanamaker Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107, United States
- ZIP Code
- 19107
- Solicitation Number
- GS-03P-10-DX-C-0025
- Archive Date
- 6/25/2010
- Point of Contact
- Anthony B. Teti, Phone: 2154464544
- E-Mail Address
-
anthony.teti@gsa.gov
(anthony.teti@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NEW CONSTRUCTION PROJECT General Services Administration Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation Number GS-03P-10-DX-C-0025 Region: Mid-Atlantic City: Philadelphia State: Pennsylvania Contracting Officer: Anthony Teti Phone Number: 215-446-4544 PROJECT: New U.S. Courthouse, Lancaster, Pennsylvania BUILDING TYPE: Courthouse CLIENT AGENCY: U.S. Courts, United States Marshals Service SIZE: 35,000 GSF PARKING SPACES: 9 Indoor, 7 Outdoor BUDGET: $15,000,000 - $20,000,000 GEOGRAPHIC LIMITATION : Lead Design Firm must be located in Pennsylvania, New Jersey, Delaware, Virginia, West Virginia, Maryland, New York, Connecticut, Rhode Island, Massachusetts, Vermont, New Hampshire, Maine, or the District of Columbia. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is set-aside for / restricted to small businesses. Continuing a legacy of outstanding public architecture, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented architects, landscape architects, interior designers, engineers and artists to design federal buildings of outstanding quality and value. Federal buildings must be high-performance green facilities that demonstrate the merit of true integrated design, harmonizing aesthetics, cost, constructability, and reliability to enhance human productivity and creativity. The goal is to create environmentally responsible and superior workplaces for civilian Federal employees, that 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 design in accordance with GSA quality standards and requirements. As required by law, all facilities must meet Federal energy and water conservation goals, specifically the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Orders 13423 and 13514, and the fossil fuel reductions, renewable energy and water conservation goals of the Energy Independence and Security Act of 2007. All projects must achieve a Leadership in Energy and Environmental Design (LEED) Silver rating with specific credits required, with a goal of a Gold rating. The facility shall conform to the P-100 (Facility Standards for Public Buildings) and Architectural Barriers Act Accessibility Standard (ABAAS), meet Federal security requirements, and be designed in metric units. PROJECT DESCRIPTION The project is a new U.S. Courthouse. The site of the new U.S. Courthouse has not yet been selected. This new project will provide a court facility that symbolizes the history and dignity of the courts and the City of Lancaster. The design of the new U.S. Courthouse should emphasize the dignity and importance of the United States Courts, the professionalism and stability of the Federal Government and provide a secure and welcoming environment to the public and the building tenants while meeting current accessibility, environmental, and safety requirements. Most of the City of Lancaster is National Register of Historic Places-listed historic district. GSA seeks the design of a facility that is sympathetic to the surrounding community and will serve as a landmark that welcomes the public. The new U.S. Courthouse design shall result in a functional facility that is comfortable and provides an aesthetically appealing work environment and maximizes the security requirements specified in the last design guides and integrates the systems into the architecture. SCOPE OF WORK The scope of professional services will require at a minimum: Professional architectural, landscape architectural, preservation architectural, engineering, interior design, and related consulting services for : concept design documents, design development documents, metric construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), building information modeling (BIM) and post-construction contract services (PCCS) for a new U.S. Courthouse that includes the construction of a new building and related systems, and site development. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), including LEED silver certification; and customer agency requirements. The A/E firm shall utilize detailed cost control techniques to maximize quality of the building materials and building systems within project budgets. Professional services shall be performed in an integrated manner where the design is a result of collaboration throughout the project delivery process to provide a holistic design. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers 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 desig n. The Lead Designer is the individual or the team of designers who will have primary responsibility for leading the design of the project and overseeing a well integrated process whereby the design is developed in tandem by the multidisciplinary team proposed by the AE firm. The Lead Designer will also be involved in commissioning an artist or artists for this project and in assisting with the successful integration of works of arts into the architectural design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the Commonwealth of Pennsylvania. 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: Courts, Preservation Architect, A/ V, Energy, and Security Consultants. The AE selection will be completed in two stages as follows: In Stage I, interested lead designers and associated AE firms will submit portfolios of accomplishment that establish the design capabilities of the Lead Designer and Design Firm. In Stage II, shortlisted Lead Designer-AE 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, 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 six page fronts per project which allows for three double-sided pages per project ). Projects should demonstrate the A/E Firm(s) ability to design high-performance green buildings. 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. The narrative shall review the building's actual performance if the project has been operational for a minimum of three years. 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 the challenge of designing public architecture, a strategy for achieving the project goals, parameters that may apply in creating a courthouse; and his/her commitment to integrated design process and sustainable design product.. The A/E firm shall narrate the intention and use of the building information model (BIM) through a collaborative design and construction process. •(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, including excellence in the area of high-performance green design. 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 six page fronts per project, which equals three double sided pages). 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, operational performance (both actual and anticipated), 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 must address his or her specific participation in the project. Note: A building information model is required by Section A.1, of the P-100, Facilities Standards for the Public Buildings Service, most recent edition. Stage II The short-listed Lead Designers and associated A/E Firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants and their role in the integrated design process. Sufficient time will be provided for the AE Firm and their associated Lead Designer to establish its extended 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. A Networking Session will be scheduled during this stage and all short-listed firms will be required to attend. 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. 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, record of achieving specific building performance criteria, 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: Anthony Teti Delivery Address: General Services Administration 20 North Eighth Street, 9 th Floor, Philadelphia, PA 19107 Phone number: 215-446-4544 ALL SUBMISSIONS ARE DUE by 1:00 PM EST on 10 June 2010. A total of five copies and one (1) compact disc containing a PDF copy of the document 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 set-aside for / restricted to small businesses. The NAICS Code for this procurement is 541310 and 541330; and the size standard is $4.5 Million. The 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. A pre-submittal conference will be held at the City Council Chambers at Southern Market which is located at 100 South Queen Street in Lancaster, PA on Monday, 24 May 2010 at 1:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PC/GS-03P-10-DX-C-0025/listing.html)
- Place of Performance
- Address: General Services Administration, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02144046-W 20100509/100507235011-c9a2dd5108328a1c057fffcd0bb596db (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 |