SOLICITATION NOTICE
C -- Architect/Engineering Design Services for the Modernization of the John W. Peck Federal Building, Cincinnati, OH
- Notice Date
- 9/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
- ZIP Code
- 60604
- Solicitation Number
- GS05P04GBC0058
- Response Due
- 10/8/2004
- Archive Date
- 10/8/2005
- Point of Contact
- Robert Green, Contract Specialist, Phone 312-353-3308, Fax 312-353-9186, - Samantha Mehal, Contracting Officer, Phone 312-353-1323, Fax 312-353-9186,
- E-Mail Address
-
robert.green@gsa.gov, samantha.mehal@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration (GSA) announces an opportunity for Design Excellence in public architecture with the modernization of the John Weld Peck Federal Building. Architect/Engineering (A/E) design services and preparation of design documents are required for this renovation project. The 10 story Peck Building, located at 550 Main Street, Cincinnati, Ohio, was completed in 1964. The estimated total construction cost for the project is approximately $20,000,000 to $30,000,000. This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. A/E firm, as used in this RFQ, is an association, joint venture, partnership or other entity that will have contractual responsibility for the project concept and design documents. The Lead Designer is the individual or design studio that will have primary responsibility for the design concept. The project scope of work consists of repairs to the building exterior, stripping and painting of the building penthouse, and the replacement of the building windows and roof. Interior improvements consist of replacement of the fire alarm system, improvements to the existing fire sprinkler system, upgrading of the heating, ventilation, and air conditioning (HVAC) system, the addition of a new emergency generator and the replacement of interior door hardware to ensure ADA compliance. The design A/E selected under this solicitation will design the planned modernization and renovation as described above through concepts, design development and construction documentation. The design A/E may also provide inspection services and shop drawing review during the construction stage of the project. The scope of the Architect/Engineering Services required under this proposed contract may include, but is not limited to, the following: preparation of design documents consisting of drawings and specifications; evaluation, design, and document preparation to be used in providing clear direction to the CM team; coordination of previous analysis and work performed at the Peck Federal Building; specifications and cost estimates; site investigation; analysis of previous investigative reports; shop drawing approval and construction site inspection; and other required supplemental services if so requested by the Government. The Government will not allow payment for travel, living expenses, or computer hookups for the prime, subcontractor, or any consultants for purposes of responding to this RFQ. THIS PROCUREMENT IS SET-ASIDE FOR SMALL BUSINESS CONCERNS ONLY in accordance with the small business competitive demonstration program. The small business size standard for this procurement, under NAICS code 541310, is $4,000,000 based on average annual receipts for the preceding three (3) years. Small, Women-owned, Minority-owned, HUBZone, Veteran-owned, Small disadvantaged, and Service disabled veteran owned businesses are encouraged to participate. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the Architectural and Engineering capabilities of the A/E Design Firm and their Lead Designer. From the first stage, a minimum of three (3) A/E Design Firms will be selected for continuation into the stage two interviews. The short list will be based on the A/E Design Firm?s submittal in response to this Request for Qualifications. The A/E Design Firm will provide specific evidence of its capabilities to deliver Design Excellence within a modern high-rise structure and will express its design approach and philosophy. In Stage 1, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E Firm and its Lead Designer. All documentation will be in an 8-1/2 x 11 inch format. The portfolio should include the following: 1. A cover letter referencing this FBO announcement and a brief description of the firm and its location, organizational makeup, and noteworthy accomplishments; 2. The Standard Form 330 Architect ? Engineer Qualifications (Part I and Part II) dated no earlier than 12 months from the date of this synopsis. OFFERORS MUST SUBMIT THE SF330 FORM, SF254 AND SF255 FORMS WILL NOT BE ACCEPTED. Identification of consultants is not required at this stage. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Design Firm shall submit 8 X 10 inch graphics (maximum of three pages per project) and a written description (maximum of one page per project) of projects completed within the past ten years. Submit NO MORE THAN five (5) relevant projects. The firms responding shall clearly demonstrate competence in exterior building repairs, HVAC renovation, fire alarm replacement, and development of phasing plans for occupied facilities, and sensitive design treatment of mid-20th century buildings. The narrative shall address the design approach and salient features for each project (including evidence where possible such as certificates, awards, and peer recognition) and discuss how the design constraints were satisfied by the design solution. (2) LEAD DESIGNER?S PORTFOLIO (25%): The Lead Designer shall submit 8 X 10 inch graphics (maximum of three pages per project) and a written description (maximum of one page per project) of three (3) relevant projects each completed within the last ten years directly attributable to the Lead Designer. Narrative shall include a discussion of design challenges and solutions and be a good indicator of how well the Lead Designer worked with a sensitive and important client. (3) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designer?s words (maximum of two written pages), state his/her overall design philosophy, approach to the challenge of resolving preservation issues, and parameters that may apply specifically to the renovation and repair of 40-year old buildings. Also, focus on coordinating complex multiphase construction in office space, including sensitive and secured spaces such as the Federal agency spaces. (4) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience and recognition for design efforts inclusive of examples of similar projects for the Lead Designer. Identify and describe areas of responsibility and commitment to this project. For each reference project, provide a contact including name, title, address, phone and fax numbers. STAGE II: For Stage II, 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. In this stage, the entire project team will be evaluated. The firms will be required to complete Standard Form 330 Architect ? Engineer Qualifications (Part I and Part II) including consultant information. An interview with each project team will be included in this stage. During the interviews, A/E firms should be prepared to discuss all aspects of the evaluation criteria and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, professional qualifications, and team organization and management plan. The Government will establish the detailed Stage II evaluation criteria and the date these submittals are due. A brief period, approximately three weeks, will be provided for the A/E Design Firm/Lead Designer to establish its team. In developing the Stage II team, A/E firms are advised that they will be evaluated on whether at least 35% of the design effort will be within the designated geographical area, which is the State of Ohio. Any arrangement toward this goal must be in place prior to the submittal of Stage II information. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting six (6) complete copies of the entire Stage I submittal including the portfolios, SF330 (Information just of the Design firm), and a letter of interest identifying this announcement by solicitation number arriving at the designated location no later than October 8, 2004 by 2:00 p.m. (Central Time). The information is to be submitted to the attention of Robert Green at GSA, PBS, Property Development (5PCO), 230 South Dearborn Street, Room 3512, DPN 35-6; Chicago, Illinois, 60604-1696. The following information must be on the outside of each submittal package: (1) Solicitation No. and Title, (2) Due date and (3) Closing time. Late responses are subject to FAR provision 52.215.10. If applicable, each SF330 submitted should make the following certification as the last entry in Block 30: ?I hereby certify the firm (or joint firm) and consultants listed for this project meet the geographic locations stated in the FBO announcement for this solicitation.? A follow-up listing of firms to be selected for Stage II and interviews will appear as a modification to this synopsis posting. All other non-selected A/E firms and consultants interested in participating on the design team should submit a one page letter of interest only, which will be forwarded on to the short-listed firms. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS PROJECT. Award of this contract is contingent upon receipt of design funds and successful negotiation of a reasonable fee. THIS IS NOT A REQUEST FOR PROPOSAL. A-E firms will not be reimbursed for expenses or efforts under Stage I and/ or Stage II submissions.
- Place of Performance
- Address: John W. Peck Federal Building, 550 Main Street, Cincinnati, OH
- Zip Code: 45202
- Country: USA
- Zip Code: 45202
- Record
- SN00665641-W 20040905/040903212745 (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 |