SOLICITATION NOTICE
C -- A/E Design and Planning Services to Update the United States Capitol Complex Master Plan
- Notice Date
- 2/4/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS11P04MKC0022
- Response Due
- 3/5/2004
- Point of Contact
- Chrischanda Smith, Contract Specialist, Phone (202) 358-3573, Fax (202) 708-4964,
- E-Mail Address
-
chrischanda.smith@gsa.gov
- Description
- The General Services Administration (GSA), National Capital Region, Washington, D.C. announces an opportunity for Design Excellence in Public Architecture. The Architect of the Capitol (AOC) has selected the GSA for this procurement, which shall be conducted pursuant to the laws and regulations applicable to the AOC, and the resulting award shall be made by the AOC. The GSA is seeking Architect-Engineering (A/E) Design and Planning Services to update the Master Plan for the U.S. Capitol Complex. The most current Master Plan for the U.S. Capitol Complex was completed and published in 1981. Since its completion, the 1981 master plan has unofficially guided the development of the new facilities in the Capitol Complex. In recent years, new issues have overtaken the planning assumptions that were made in the 1970's when the current Master Plan was prepared. Proactive planning to increase safety and security has been the highest priority in the wake of emergency situations that have impacted the Capitol in recent years. Historic preservation and maintenance liabilities have evolved over the past 30 years to new benchmarks requiring a coordinated approach to renewal and replacement. There is a recent mandate to bring the Capitol Complex facilities into compliance with current building codes, including fire and life safety measures. Technology and telecommunications have greatly advanced the business of government, and plans are needed to fully integrate this modern infrastructure into the existing buildings. New facilities to meet the needs of Congress and many of its support functions are under consideration. In addition to these issues, the Capitol Complex Master Plan will address the location, massing and image of new proposed developments, consider the potential traffic/transportation/parking issues, incorporate landscape/open space/park planning, develop environmental sustainability principles and practices, formulate and development proposals and compatibilities with surrounding development initiatives of the District of Columbia and the Regional Planning Agency. The updated Capitol Complex Master Plan will be prepared for the Architect of the Capitol and be developed in consultation with Congress, the Supreme Court, the Library of Congress, and other key tenants of the Capitol Complex. The Master Plan will be updated in accordance with AOC quality standards and requirements. The scope of work will require at a minimum: (1) A complete review of the principles and outcomes of the 1981 Master Plan which would involve evaluation of each of the Planning Principles contained in the 1981 Master Plan, an assessment of the influence and longevity of these principles on subsequent initiatives, and the relevance of the principles in today's environment, (2) Building of a consensus around a common vision for the Capitol, its operations and its development, (3) Preparation of a succinct Vision Statement that summarizes each of four planning themes that will influence the future development of the Capitol Complex and the consensus that was reached as a result of consultations, discussions, and reviews, (4) Recommendation of a set of updated Planning Principles incorporating the relevant materials from the 1981 Master Plan for the U.S. Capitol and adding any new principles that are appropriate for the Master Plan update, (5) Development of a facilities Plan for each jurisdiction within the Capitol complex: Capitol, House of Representatives, Senate, Supreme Court, Library of Congress, Botanic Garden, and General Services (including US Capitol Police and several support functions) with each Facilities Plan providing a building statistics summary and utilization for each facility within the Jurisdiction's control. The Facilities Plan for the House of Representatives has been initiated by separate contract and will be provided to the awarded A/E/Planning firm for integration with the Master Plan for the Capitol Complex. (6) Development of a space needs assessment, deficiency report and projects facilities profile with a 10 year and a 20 year planning horizon for each Jurisdiction (the House space needs assessment will be provided from the prior study). (7) Development of an "Area Plan" for each Jurisdiction which evaluates the infrastructure and support facilities (e.g. parking areas) and landscape improvements that are adjacent to, or a part of the Jurisdictional responsibilities, (8) Development of Precinct Plans to analyze and address issues of common concern and functionality among the Jurisdictions, and to identify specific impacts that might affect the surrounding neighborhoods. The Precinct Plans will also identify ways to improve the symbiotic relationship of the Capitol with its neighbors, analyze the plans that have been developed by the National Capital Planning Commission (NCPC) and the District of Columbia Office of Planning (DC-OP), and coordinate plans for the development of the Capitol Complex with local and regional planning initiatives, as appropriate, (9) Development of narrative and graphic summaries for the support functions that are served by remote offsite campuses/facilities and document the interconnecting systems (deliveries, couriers, transportation, information technology, etc.) that connect these sites to the Capitol Complex, (10) Preparation of the Capitol Complex Master Plan as a summary of the component planning that is done at the localized level, integrating the various individual planning efforts, establishing a framework for infrastructure and major land development systems, and developing an overall consolidated plan for the Capitol facilities. The Capitol Complex Master Plan will address updated Planning Principles, historic preservation and stewardship goals, traffic/transportation/circulation and parking system issues, landscape/open space/parks, environmentally sustainable principles and practices, permanent security, utilities and related infrastructure, facilities renovation and new development proposals for the Capitol Complex. The A/E/Planning Firm selection will be completed in the following stages: STAGE I: The first stage will establish the experience and capabilities of the A/E/Planning Firm and its designated Key Personnel. The Key Personnel are defined as the Lead Designer/Planner, Lead Project Manager, Lead Historic Preservationist, Lead Traffic and Parking Engineer, Lead Environmental Sustainability Expert, Lead Landscape Architect, and Lead Utility Engineer. The Key Personnel (as defined herein) may be from firms other than the A/E/Planning Firm. The A/E/Planning Firm as used in this solicitation means any individual, partnership, corporation, association, or other legal entity permitted by law to practice the professions of Architecture or Engineering. The Lead Designer/Planner is the individual or design studio that will have primary responsibility to update the 1981 U.S. Capitol Master Plan. On developing the project team, the A/E/Planning firm is advised that at least 50% of the level of contract effort must be performed in the National Capital Region (NCR). The NCR includes the District of Columbia, the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William, and Loudoun in Virginia. The government will not allow payment for travel within the NCR, living expenses, computer time or hookups for the A/E/Planning Firm or any of the subcontractors. In STAGE I, interested A/E/Planning firms will submit portfolios of accomplishments that establish the Master Planning capabilities of the A/E/Planning and its Key Personnel (as defined herein), including experience in campus and urban planning. All documentation will be in an 8 ½” x 11” single sided page format. The submission shall include the following: a cover letter referencing this announcement and briefly describing the A/E/Planning Firm and its location, organizational makeup, and noteworthy accomplishments; the Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of consultant/subcontractor firms (Team Members) is not required at this stage, only identification of the Key Personnel (as defined herein). Each A/E/Planning firm will be evaluated during this stage using the following CRITERIA: (1) PAST EXPERIENCE IN PLANNING AND DESIGN (30%): The A/E/Planning firm will submit graphics (maximum of three single sided pages per project with maximum graphic size not to exceed 8 ½" x 11") of three Master Plans completed within the last ten years of the Stage I submission due date. The narrative (maximum of two single sided pages per Master Plan) shall address the design approach with salient features for each Master Plan and discuss how the client’s program, function, image, mission, occupancy, economic, schedule, environmental goals and operational objectives were satisfied by the overall planning/design solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc. demonstrating planning/design excellence. Provide a client reference for each Master Plan, including name, title, address, phone, and fax numbers. (2) PHILOSOPHY AND DESIGN INTENT (Architecture/Planning) (20%): For each Key Personnel (as defined herein) state his/her overall planning and design philosophy and approach to the challenge of public architecture, urban and campus planning issues, and parameters that may apply for updating and creating a new Master Plan for the U.S. Capitol Complex, as noted herein. (maximum of two typewritten single sided pages for each Key Person). (3) ENVIRONMENTAL SUSTAINABILITY EXPERIENCE AND KNOWLEDGE (20%). For the A/E/Planning firm, submit a narrative description, not to exceed three pages, that states any exceptional knowledge or experience related to the integration of environmental sustainability principles and practices in past design and/or planning projects including energy conservation and indoor environmental quality features; specific reference should be made to applying sustainability principles within a land planning context as well as features that have been incorporated into facility designs. Provide three examples including graphics and narrative descriptions (not to exceed two pages) of projects that meet this requirement. (4) KEY PERSONNEL (as defined herein) (Architectural/Planning) (15%): For each Key Person, submit a biographical sketch (maximum of three single sided pages) including education, professional experience, recognition for design efforts, inclusive of examples. Identify and describe areas of responsibility and commitment to Master Planning. (5) LEAD DESIGNER/PLANNER, LEAD PROJECT MANAGER, LEAD HISTORIC PRESERVATIONIST, AND LEAD ENVIRONMENTAL SUSTAINABILITY EXPERT’S PORTFOLIO (15%): Submit four (4) separate portfolios representative of the Lead Designer/Planner, Lead Project Manager, Lead Historic Preservationist, and Lead Environmental Sustainability Expert’s ability to provide planning and design excellence. Submit graphics (maximum of three single sided pages per project) and a typewritten description (maximum of two single sided pages per Master Plan) of up to three Master Plans completed in the last ten years of the Stage I submission due date, for each of the four portfolios, in which the Proposed Lead Designer/Planner, Lead Project Manager, Lead Historic Preservationist, and Lead Environmental Sustainability Expert had a key role in the project(s). The narrative shall address the design philosophy with salient features for each Master Plan and discuss how the client’s program, functional, image, mission, economic, schedule, environmental goals and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criterion (1), the Lead Designer/Planner will address his or her participation in the Master Plan. Submit SF-254 and SF-255 for the A/E/Planning Firm, and a SF-254 for all Key Personnel (as defined herein) if from firms other than the A/E/Planning firm. Please note: In block 8 of the SF-254, please specify only current payroll (non-contract) personnel. Complete the SF-255 as follows: On page 3, complete items 1 through 3, item 4 (A) (as appropriate for Key Personnel (as defined herein)), and item 4(B). Do not respond to item 5. On pages 9-10 inclusive, no response is required. On page 11, under item 10, respond to the Stage I evaluation criteria stated in this announcement. In block 11, sign, name and title, and date the submittal. An A/E Evaluation Board consisting of representatives of the Architect of the Capitol and GSA will evaluate the submissions. The Board will establish a short list of at least three firms. The Stage I short list will be published in the Electronic Posting System (http://www.FedBizOpps.gov). STAGE II: In the second stage of evaluation, each of the short listed firms will submit information for the entire PROJECT TEAM and may add additional expertise based on their response to the full scope of work. The Project Team shall be considered to include the A/E/Planning firm, its designated Key Personnel (as defined herein), and ALL outside consultant/subcontractor firms (including any firm(s) added should the A/E/Planning firm form a joint venture) who will be involved with the Master Plan. The A/E/Planning firm must identify the contractual relationship with the Key Personnel and the entire Project Team. A sufficient period will be provided for the short listed A/E/Planning firms to establish the entire project team and to respond to the Stage II requirements. Those short listed firms will resubmit the SF-254 for any proposed joint venture firm added and /or consultant/subcontractor firms, and a composite SF-255 that reflects the entire proposed project team. The Government will establish the criteria for the Stage II evaluation, and the date the Stage II submissions are due. The Stage II evaluations will include an interview with members of the A/E Evaluation Board. Candidates should be prepared to discuss all aspects of the evaluation criteria provided and to demonstrate their ability to fulfill all requirements for the Master Plan update. In Stage II, the entire project team will be required to demonstrate its ability to successfully work together, especially showing past team collaborations among the proposed team members where appropriate. Contact person for this solicitation is Chrischanda Smith, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, SW, Room 2021, Washington, DC 20407, Telephone (202) 358-3573. The Contracting Officer is Vincent E. Matner, P.E. A/E/Planning firms having the capability to perform the services described in this announcement are invited to respond by submitting the required documents as outlined above for Stage I, the SF-254 (for the A/E Planning Firm and the Proposed Key Personnel (as defined herein)), which must not be dated more than twelve (12) months before the date of this announcement, and the SF-255 (for the A/E Planning Firm and the Proposed Key Personnel (as defined herein)), along with a letter of interest to: Vincent E. Matner, P.E., Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, SW, Washington, DC, 20407. Stage I submittals are due no later than 3:00 P.M. local time on the due date of this announcement. A total of FOUR COPIES are required (identify one copy as original). The following information shall be on the outside of the sealed envelope(s): 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214.7. This contract is being procured under the Brooks Act and FAR Part 36. This is not a request for proposals. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-MAR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/WPC/GS11P04MKC0022/listing.html)
- Place of Performance
- Address: WASHINGTON, DC
- Country: USA
- Country: USA
- Record
- SN00553791-F 20040326/040324231354 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |