Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

C -- GSA Design Excellence Solicitation for Lead Design Architect-Engineer of the Edward J. Schwartz Federal Building and U.S. Courthouse Modernization Project in San Diego, California

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-10-KT-C-0060
 
Archive Date
2/28/2011
 
Point of Contact
Wesley J. Lau, Phone: 4155223015, Shelita Harper, Phone: 415-522-3206
 
E-Mail Address
Wesley.Lau@gsa.gov, shelita.harper@gsa.gov
(Wesley.Lau@gsa.gov, shelita.harper@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Building Type: Federal Office Building and U.S. Courthouse Historic Structure: [X] NO Client Agencies: Primary tenants include Admin. Office of the U.S. Courts (Appeals Judge Chmbrs/Ctrms, Dist. Judge Chmbrs/Ctrms, Magistrate Judge Chmbrs/Ctrms), DHS Immigration And Customs Enforcement (ICE), Office of U.S. Attorneys, U.S. Tax Court, GSA Public Buildings Service, Federal Acquisition Services, Federal Bureau of Investigation, etc. Size: The gross area of the building is 895,538 s.f. The rentable and usable areas are 625,715 s.f. and 473,726 s.f. respectively. The District Court Clerk's will vacate approximately 60,000 s.f. in the Federal Building. The project will permit DHS-ICE to consolidate its regional operations in usable space totaling 178,713 s.f. The amount of space affected by the relocation of existing tenants within the building plus those affected by new tenants moving into the building will combine to a total of about 252,000 u.s.f. Parking Spaces: The existing parking is not impacted by this project. Budget: Estimated Construction Cost is between $125,000,000 and $155,000,000 Geographic Limitation: This project is open nationwide with at least 35% of the level of contract effort performed within a 60 mile radius of San Diego, California. Small Business Set Aside: As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established Region 9 subcontracting goals of 41% for small businesses, 3% HUB Zone Small Business, 5% for Women-Owned Small Business, 5% for Small Disadvantaged Business, 3% for Veteran-Owned Small Business, 3% for Service-Disabled Veteran-Owned Small Business. Project Background: 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 modernize our federal buildings and prepare them for the next 50-100 years of service. Federal Buildings must be high performance green facilities that demonstrate the value of true integrated design and harmonize 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 Federal facilities will meet Federal energy and water conservation goals and security requirements outlined in the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Orders 13423 and 13514; 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) rating of Silver at a minimum with specific credits required. The facility must be designed in metric units. PROJECT DESCRIPTION: The Edward Schwartz building at 880 Front Street in downtown San Diego consists of two wings: the 5-story courthouse wing (CT) and the 6-story federal building wing (FB). The CT houses the courtrooms and chambers of the Federal District Court for the Southern District of California, as well as the Court of Appeals and certain U.S. Marshal Service operations. The FB houses the District Court Clerk and various other federal agencies. Upon completion of the new San Diego courthouse annex immediately west of the FB-CT, the District Court Clerk's operations will move to the new annex during the first quarter of FY2013, vacating approximately 60,000 square feet in the FB. While the District Court judges will move from the CT to the new courthouse annex, the District Courtrooms & Chambers will, with one exception, retain its assigned space in the CT for use by magistrate judges. The proposed tenant realignment will permit the Department of Homeland Security's Immigration and Customs Enforcement unit (DHS-ICE) to consolidate its regional operations in FB wing rather than in current lease space. The rest of the vacated space will be built out as class A office space and assigned to several other federal backfill tenants. 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 seismic, life-safety standards and codes. 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. Specific energy and water conservation goals should be achieved through the exceptional integration of optimized building systems. The project will also address greenhouse gas emissions; 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 modernization of the Edward Schwartz building should make a distinct architectural statement that is responsive to the existing character of the building, contributing to the vitality of the immediate civic setting and surrounding neighborhood. The construction phase of the project will be delivered through the traditional design-bid-build method. SCOPE OF WORK: The scope of professional services will require at a minimum: Professional architectural, engineering, interior design, landscape architecture, and related consulting services for concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), and post-construction contract services (PCCS). The project should be implemented as an integrative design process, where the design is developed in tandem by a multidisciplinary team. The project will permit DHS-ICE to consolidate its regional operations in usable space totaling 178,713 square feet. In order to provide ICE contiguous space, GSA will relocate several existing tenants within the building. The project will include realignment and tenant improvement of interior office and support area. Executive Office of Immigration Review (EOIR) will occupy former Magistrate Court space on the first floor of the building's court wing, making it easily accessible to ICE's Detention & Removal operations. Existing joint use functions such as the public health clinic, the credit union and the snack bar will be relocated to easily accessible ground floor space they will share with a new child care center which will have an outdoor play area. A new restaurant with both indoor and outdoor seating will be created on the ground floor, replacing an unnecessarily large cafeteria on the second floor. The new restaurant will be outside the building's secure perimeter so that customers from nearby buildings can use the facility without passing through building security. The finishes in the court wing's ground floor lobby and public corridor will be upgraded to match the quality of the recently rejuvenated office wing lobby. An escalator that now provides access to the second floor cafeteria will be removed when the existing cafeteria closes, saving both energy and maintenance expense. It will be replaced by a staircase. The project will also increase the building's usable area by 4,150 square feet by extending a portion of the office wing's second floor window wall outward, flush with the exterior wall. Site security will be improved with perimeter bollards, lighting and cameras. A signage system coordinated with that of the new courthouse will be installed inside and outside the building. Systems work includes a seismic retrofit; mechanical, electrical, plumbing and sprinkler system modifications; a lighting retrofit for energy efficiency; blast protection; and reinforcement against progressive collapse. The portion of the office wing that bridges Front Street, as well as the Broadway face of the court wing, will be strengthened as further protection against blast. The FB-CT must remain fully operational during design and construction. Exit access, HVAC, electrical, lighting, tel/com, plumbing, and all safety and security systems, etc., must remain operational during renovations. Work deemed to be disruptive to tenants must be scheduled for evening or weekend hours. Construction of the proposed project will begin in May 2013. While the entire project will be completed during the third quarter of FY2016, it will be conducted in 4 phases to permit agencies to occupy the reconfigured tenant space by the third quarter of FY2014. Most of the systems work will follow. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), including LEED certification; and customer agency requirements. SELECTION PROCESS This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designer and a Lead Engineer 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 and ensuring that the project is developed through an integrated design process. 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 within a 60 mile radius of the city of San Diego, 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: energy specialist, integrate 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 capacity 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 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. From the submissions received, pursuant to Federal Acquisition Regulation (FAR) 36.602-3, the Evaluation Board shall establish a short-list of at least three firms that are considered to be the most highly qualified to perform the required services. 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: The A/E Firm(s) will submit a portfolio of not more than five projects completed in the last ten years (maximum of five pages per project). 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. The text should comment on the relevance of submitted projects to this project, including scale and complexity, 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). 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: 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 public architecture and related issues; parameters that may apply in creating and accommodating contemporary office functions within an existing building; and commitment to integrated and sustainable design. (3) LEAD DESIGNER PROFILE: Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO: 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. 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 shall address his or her participation in the project. Stage II The short-listed lead designers and their 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. 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. The 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. 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 3:00 PM local time on September 30, 2010. A total of (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
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-10-KT-C-0060/listing.html)
 
Place of Performance
Address: Edward J. Schwartz Federal Building and U.S. Courthouse, 880/940 Front Street, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN02252022-W 20100826/100824234744-bb2bda0f6668da0345b9b631e959d18d (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.