Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
MODIFICATION

C -- Celebrezze VBA Renovation and Backfill Project AE Services

Notice Date
8/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0018R0157
 
Archive Date
9/21/2018
 
Point of Contact
Daniel Ramirez, Phone: 3123854106
 
E-Mail Address
daniel.ramirez@gsa.gov
(daniel.ramirez@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation # 47PF0018R0157 Region: Great Lakes (5) City: Cleveland State: Ohio Contracting Officer: Helen DiMonte Phone Number: 312-590-9496 PROJECT: A. J. Celebrezze Federal Building - VBA Renovation and Backfill, Cleveland, Ohio BUILDING TYPE: Federal Office Building CLIENT AGENCY: Veterans Benefits Administration SIZE: 154,000 GSF PARKING SPACES: Parking under the building for building tenants. Street parking on three sides of building for law enforcement only. BUDGET: ECCA $54,000,000.00 FUNDING: Funds Are Not Currently Available SMALL BUSINESS SET ASIDE: NO. Full and Open Competition Through the preservation and modernization of an historic federal building, this project continues the legacy of outstanding public architecture. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation’s most talented designers and artists to prepare our historic federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and gives public expression 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 will meet federal energy goals and security requirements. All projects will be LEED certified. PROJECT DESCRIPTION The project is for the Anthony J. Celebrezze Federal Building a 32 floor, 1,007,000sf office building built from 1964 to 1967. It is located at 1240 East Ninth Street, Cleveland, Ohio 44199. The project proposes the renovation and backfill of floors 9 through 13 at the Celebrezze Federal Building. The Veterans Benefits Administration (VBA), currently on the 9th through 13th floors, is looking to consolidate and modernize office space on the 9th through 12th floors. Two federal agencies are proposed to backfill the VBA vacated 13th floor. Several smaller tenants currently on the 9th and 12th floors will be relocated to vacant space on other floors in the building to provide continued long-term housing for VBA. This would also allow VBA to consolidate office space to fewer floors in the building, all of which would be on the same elevator bank. The project also provides the opportunity to complete much needed shell upgrades and to remove hazardous materials, including ACM fireproofing, on affected floors. The scope will include all new ceilings, lighting, fire alarm system, ductwork, VAV boxes and controls, modification of stairwell handrails throughout the building for Architectural Barriers Act Accessibility Standard (ABAAS) compliance, modification of the 12th floor public toilet rooms for ABAAS compliance, Building Standard common corridor and elevator lobby finishes, tenant improvements, rework of fire sprinkler drops/replacement of sprinkler heads at renovated floor areas, and combination sprinkler standpipe/riser crossover work at the 20th and 28th floors. The design for the project will conform to the Celebrezze Federal Building Design Standards, Facilities Standards for the Public Buildings Service P-100, and other building codes and standards as applicable to this project. PROJECT DELIVERY METHOD This project will be constructed and delivered as a Construction Manager as Constructor, (CMc). During the Design Stage and based upon the approved Design Concept, a CMc shall be contracted directly to the GSA to provide constructability, construction budget, and maintainability reviews as well as other services that are identified in the body of this scope of work. The A/E is asked to actively engage the CMc as soon as possible, requesting feasibility, design, constructability, and construction phasing reviews and input, as well as scheduling and estimating feedback. This project will also benefit from the addition of a Construction Manager as Agent (CMa) which will be procured by and contracted directly to the GSA. During the Design Stage, the CMa shall be brought under contract with the GSA to provide constructability and maintainability reviews, schedule and budget analysis, pay application analysis, and other general administrative functions in aiding the GSA in the delivery of this project. The CMa will be part of the Project Delivery Team until the completion of the project. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, interior design, 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 construction management and inspection (M&I) services for repair and alteration of an existing historic, occupied federal building. Space alterations include the renovation and backfill of floors 9 through 13 at the Celebrezze Federal Building. The project will renovate approximately 154,000 USF of office space affecting at least 8 separate federal tenant agencies. The project is also to include GSA design standards for secure facilities; conformance to the P100 (Facility Standards for Public Buildings), including LEED certification; and customer agency requirements. This building is eligible for listing on the National Register of Historic Places. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO) and Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. Design submissions will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and solutions as they are developed. Every effort will be made to avoid adversely affecting original materials and design in the buildings public areas on the affected floors. Any modifications shall follow the Celebrezze Building Design Standards (BDS) and historic preservation standards. Alteration or removal of original materials and design requires special justification and a Memorandum of Agreement with the SHPO. 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 lead designer will also be involved in the Art in Architecture (AiA) program for this project, which will include work items related to existing artwork from GSA's Fine Arts Collection already installed on-site. Appropriate uses include services and items such as: condition assessments, conservation treatment, and interpretive materials (e.g. plaques or brochures). AiA funds for this project will be used to complete some or all of the aforementioned work items in relation to the artwork installed on-site, a sculpture titled Bug Screen created by Pae White, completed in 2008. A/E firms are advised that at least 35% of the level of contract effort must be performed in Cleveland, Ohio, where the project is located. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II. The A/E selection will be completed in two stages as follows: In Stage I, interested lead designers and associated A/E 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 1/2" 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 FedBizOpps 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 shortlist 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: PAST PERFORMANCE ON DESIGN (35%): The A/E firm(s) will submit a portfolio of not more than five renovation projects completed in the last ten years (maximum of five single sided pages per project). At least two projects should include restoration/conservation work and represent a history of commendable design work in the restoration/conservation specialty. The narrative shall address the design approach with salient features for each project and discuss how the client’s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project (a high-rise building located in downtown Cleveland coupled with the need for continuous operation during construction) which present unique challenges for the project. It is intended that the facility will remain fully occupied during the entire project. No adverse impact on tenant mission or operations will be acceptable. 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 four photographs must be included for each project. PHILOSOPHY AND DESIGN INTENT (25%): In the lead designer’s words (maximum of two single sided pages), as related to this project, state: the parameters of an overall design philosophy; his/her approach to the challenge of historic public architecture and related issues; parameters that may apply in creating an effective approach to accommodating contemporary uses in an historic building; and a commitment to integrated and sustainable design. LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three single sided pages) including education, professional experience, recognition for design efforts inclusive of the portfolio examples, and 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 single side 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 will address his or her participation in the project. The lead designer shall demonstrate a history of commendable design work in restoration/conservation, and rehabilitation. Stage II The shortlisted 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. Sufficient time will be provided for the lead designer and associated 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 shortlist announcement. 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, 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: Daniel Ramirez Delivery Address: 230 S. Dearborn Street, Suite 3500, Chicago, IL 60604 Email Address: daniel.ramirez@gsa.gov ALL SUBMISSIONS ARE DUE by 3:00 PM local time on September 6, 2018. (NOTE - This is a change from the original posting.*) A total of six hard copies and one electronic should be submitted to GSA. The electronic version should be sent to daniel.ramirez@gsa.gov. The hardcopies should be sent to Daniel Ramirez at 230 S. Dearborn Street, Suite 3500, Chicago, IL 60604. The following information must be in the body of the electronic version and also on the outside of the sealed envelope for the hard copies: 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/notices/becf25c73c94bcd78209e823e6d71435)
 
Place of Performance
Address: A. J. Celebrezze Federal Building, 1240 E. 9th St., Cleveland, Ohio, 44199, United States
Zip Code: 44199
 
Record
SN05049910-W 20180824/180822230921-becf25c73c94bcd78209e823e6d71435 (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.