Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOLICITATION NOTICE

C -- New U.S. Courthouse Annex and Alteration - Charles R. Jonas Courthouse, Charlotte NC

Notice Date
5/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04-P-16-BV-C-7001
 
Point of Contact
Cathal Duffy, Phone: 407-536-8845
 
E-Mail Address
cathal.duffy@gsa.gov
(cathal.duffy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
NEW CONSTRUCTION PROJECT GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation # GS-04-P-16-BV-C-7001 Region: 4 City: Charlotte State: NC Contracting Officer: Cathal Duffy E-Mail: cathal.duffy@gsa.gov Phone Number: (407) 536-8845 PROJECT: New U.S. Courthouse Annex and Alteration - Charles R. Jonas Courthouse, Charlotte NC BUILDING TYPE: United States Courthouse CLIENT AGENCY: United States Courts, United States Marshals Service, United States Probation Office, United States Public Defender, United States Attorney's Office, United States Representatives Office and GSA's Public Buildings Service SIZE: 198,000 gross square feet Annex (including parking) and a 135,000 gross square feet Renovation PARKING SPACES: 83 inside parking spaces BUDGET: $125,000,000 to $140,000,000 GEOGRAPHIC LIMITATION: See the Selection Process for percentage of work required in the state of North Carolina FUNDING: Subject to Availability of Funds Continuing a legacy of outstanding public architecture and a tradition of preservation and modernization of historic federal buildings, 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, and to prepare our historic federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of true integrated design which balances aesthetics, cost, constructability, reliability, architectural and historic integrity with current needs; create environmentally responsible and superior workplaces for civilian Federal employees; and 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 for a new United States Courthouse Annex and Alteration of the Charles R. Jonas Courthouse, located in Charlotte NC, in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals and security requirements and the facility will be designed to achieve a LEED Gold certification. PROJECT DESCRIPTION The project is a new United States Courthouse Annex and Alteration of the Charles R. Jonas United States Courthouse, located in Charlotte NC. The Charles R. Jonas Federal Building, originally constructed in 1915 with a 1934 addition which tripled the size of the courthouse, is significant to the history of Charlotte, and one of the few historic structures remaining in the Central Business District. It is an excellent example of the Neo-classical Revival style of architecture exhibiting many fine exterior and interior details. The building was listed on the National Register of Historic Places in 1978. The proposed Annex will be constructed on an existing surface parking lot immediately west of the Jonas United States Courthouse. The Annex and alteration project will allow the federal government to continue its long-term use of this historic facility in Charlotte. Together, the new Annex and Alteration of the Jonas Courthouse will improve security, create discrete circulation patterns, provide for future growth, consolidate the court family, and positively impact downtown Charlotte. Due to the age of the existing Jonas Courthouse, major upgrades and/or replacement of major building systems including building envelope, plumbing, HVAC, electrical and life safety systems are needed to ensure continued operation for the Courts and to address energy efficiency. The addition of the Annex will meet the long term space needs of the Courts, while also addressing security and circulation deficiencies that currently exist in the Jonas Courthouse. The project site is bounded by West Trade Street, Mint Street, West 4th Street and multi-family residential structures. It is near public parking structures, legal professional offices, multi-family residential structures and BB&T Ballpark. This project will be an anchor for revitalization and future development in the Central Business District, and its design should reflect the dignity, enterprise, vigor and stability of the Federal Government. The new Annex building will be approximately 198,000 gross square feet (GSF), including 83 inside parking spaces. The new Annex and the altered Jonas United States Courthouse combined will total 332,428 gross square feet and will provide a total of ten (10) courtrooms - three (3) District, two (2) Senior District, one (1) District Special Proceedings, two (2) Magistrate and two (2) Bankruptcy courtrooms. The Project will provide space for the United States Circuit, District and Magistrate Courts, United States Marshals Service, United States Probation Office, Federal Public Defender, United States Attorney's Office, and GSA's Public Buildings Service. The Estimated Construction Cost range is approximately $125 to $140 million. GSA may contract separately during the design phase for Construction Manager as Agent (CMa) and Construction Manager as Constructor (CMc) services. The CMa and CMc will be involved in the design process to provide administrative functions, construction expertise, estimating services, building information modeling coordination, and both drawing-based and model-based functionality / constructability reviews. There will be a formal partnering process throughout the design and construction phases to promote successful project development and execution through integrated delivery of the project to accomplish established agreed-upon project objectives by all involved parties to their mutual benefit. SCOPE OF WORK The scope of professional services for the new United States Courthouse Annex and Alteration of the Charles R. Jonas Courthouse in Charlotte NC will require at a minimum: professional architectural, landscape architectural, engineering, interior design, historic preservation and related consulting services to produce concept, design development and construction documents, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, building information modeling (BIM) and construction phase services for a facility that includes the construction of a new building addition and modernization of the existing building with related systems, inside parking, site development, client program requirements, and sustainable high performance green building (HPGB) systems and features. The complex consisting of the new Annex and the existing Jonas Courthouse must be designed to meet the energy goal established by GSA, and will be designed to achieve LEED Gold certification. It will incorporate independent total building commissioning as defined by GSA design guides. The project is also to include GSA design standards for secure facilities; conformance to the P100 (Facility Standards for Public Buildings) 2016 Edition, customer agency requirements include the Courts Design Guide and Publication 64,, and certification through the United States Green Building Council (USGBC). 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 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. 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 content for the Stage I portfolio should be no more than 30 individual sheets of paper which can total up to 60 pages of content when numbered front and back. 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 the highest rated firms, following an evaluation of qualifications submitted. 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: PAST PERFORMANCE ON DESIGN (35%): The A/E Firm(s) will submit a portfolio of not more than six construction projects completed in the last ten years (maximum of five pages per project). At least two projects shall include restoration/conservation work and represent a history of commendable design work in the restoration/conservation/adaptive reuse specialty. 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. It should comment on the relevance of submitted projects to this project. The narrative should also describe how preservation goals were met with regard to the rehabilitation projects and address the relevance of submitted projects to this project. Projects that meet the Secretary of the Interior's Standards for the Treatment of Historic Properties should be explicitly noted. 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. 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 to the challenge of public architecture and related issues; parameters that may apply in creating a new annex which responds to a structure of historic significance. LEAD DESIGNER PROFILE (15%): 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. LEAD DESIGNER PORTFOLIO (25%): 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. The lead designer shall also demonstrate a history of commendable design work in rehabilitation/conservation and adaptive reuse. 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: Delivery Address: Mr. Cathal Duffy ℅ MIke Reece General Services Administration 77 Forsyth Street SW PBS-Acquisition Division Atlanta, GA 30303 Phone number: 407.536.8845 E-mail: cathal.duffy@gsa.gov ALL SUBMISSIONS ARE DUE by 2:00PM Eastern Standard Time on June 17, 2016. A total of one hard copy and one copy on a USB drive 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 contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants during the selection process. This is not a Request for Proposals (RFP). GSA intends to hold a small business networking session in Charlotte, North Carolina after the shortlist is developed. The date, time and location will be announced with the short list. This session is intended to assist short-listed lead designers in assembling their full teams, and someone from the shortlisted lead designers' firms should be in attendance at this session to meet with the representatives from the small businesses in attendance. Only Stage I submissions are being requested at this time. The following Stage II information is presented for information only. For more information on the GSA Design Excellence Program, please visit gsa.gov/designexcellence Stage II Following the Stage One Evaluation and development of the short list of lead designers, the 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 which reflects the entire design team. Further details of the stage two specific submission requirements and interview parameters will be available to the short-listed firms. The evaluation of the complete design team after stage one will be as follows: (1) Team Design Performance (50%) Lead designer-A/E teams must address issues of historical context, design image, and function as they have been approached on past projects. The presentation of this factor shall draw similarities to the scope and complexity of this project. The proposed lead designer-A/E team should demonstrate it can work together successfully. (2) Team Organization and Management Plan (30%) A clear and efficient management plan delineating the team structure must be included and should incorporate sub-consultants. Roles, responsibilities, lines of authority, coordination and communication should be outlined and the team shall present the means to integrate client, community, and -when required- preservation input. A process for establishing quality control and commitment to quality control standards while designing within budget and schedule limitations should be included. The plans should also identify the physical location of major design and production work, the coordination plan for consultant work, and for work produced in remote offices. (3) Professional Qualifications (15%) The lead designer-A/E team project manager, lead designer and engineers should demonstrate that they have the qualifications, experience, and commitment to organize all efforts required for this project. The lead designer-A/E team must indicate: • A process where the lead designer plays a substantive leadership role. • A quality control methodology for the design. • A primary commitment from the lead designer to this project. (4) Geographic Location (5%) The lead designer-A/E team must demonstrate capability to perform 35% of the contract effort within the State of North Carolina. The Selection Board shall 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. Contracting Office Address: Please refer to notice for address and remittance information. United States Primary Point of Contact.: Mr. Cathal Duffy Senior Contracting Officer cathal.duffy@gsa.gov Phone: 407.536.8845
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04-P-16-BV-C-7001/listing.html)
 
Place of Performance
Address: Charles R. Jonas Federal Building, 401 W. Trade St., Charlotte, North Carolina, 28202, United States
Zip Code: 28202
 
Record
SN04121153-W 20160520/160518234722-74b99a8a7493b44a27ba11df3040cfdb (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.