SOLICITATION NOTICE
C -- New United States Coast Guard Headquarters Facility
- Notice Date
- 4/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- 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
- GS11P05MKC0045
- Response Due
- 5/24/2005
- Point of Contact
- Terrie Latimer, Contracts Negotiator, Phone 202-401-1837, Fax 202-260-7650, - Terrie Latimer, Contracts Negotiator, Phone 202-401-1837, Fax 202-260-7650,
- E-Mail Address
-
terrie.latimer@gsa.gov, terrie.latimer@gsa.gov
- Description
- NEW CONSTRUCTION PROJECT. GSA Design Excellence Solicitation for Lead Design Architect. C-Architect-Engineer Services Solicitation # GS11P05MKC0045. Region: National Capital Region. City: Washington. State: D.C. Contracting Officer: Vincent E. Matner, P.E. Contract Specialist: Terrie Latimer. Phone Number: 202-401-1837. PROJECT: New United States Coast Guard Headquarters Facility BUILDING TYPE: Federal Office Building. CLIENT AGENCY: United States Coast Guard. SIZE: 1.1 million gross square feet of space. PARKING SPACES: Structure parking in lieu of surface parking as much as possible. BUDGET: $225 million to $270 million. GEOGRAPHIC LIMITATION: Nationwide. SMALL BUSINESS SET ASIDE: See Subcontracting goals under Stage II herein. 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 nations most talented architects, landscape architects, interior designers, and engineers to design federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; 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 Services in accordance with GSA quality standards and requirements. The GSA is seeking Architect-Engineering (A-E) Design Services for a new, single tenant headquarters (HQ) building at the St. Elizabeths Hospital West Campus, located in Washington, DC, for the needs and missions of the United States Coast Guard. The headquarters building will contain approximately 1.1 million gross square feet of space. The HQ will meet Federal Energy goals & security requirements, will be designed in metric (system international) units, and will be LEED certified. The HQ building will comply with U. S. Building Codes and U. S. Government requirements, to include Uniform Federal Accessibility Standards (UFAS), as well as applicable laws, codes, and standards. The Estimated Construction Cost for the HQ building is in the range of $225 million to $270 million. The entire site was established in 1855 as a government hospital for people with mental disabilities. Its early mission, as defined by one of its founders, Dorothea Dix, was to provide the most humane care and enlightened curative treatment of the insane of the Army, Navy, and District of Columbia. The current site include over 300 acres, is a historic site, and includes a military graveyard for American Civil War Soldiers. St. Elizabeths Hospital, located on Martin Luther King, Jr. Avenue, bisects the site into a West Campus and an East Campus. The East Campus was deeded to the District of Columbia in 1987. The federal government maintains control over the West Campus. The West Campus is a rich collection of buildings, landscaping and green spaces, plus views and vistas that are extraordinary. It encompasses 176 acres of land, containing approximately 50 buildings. The entire West Campus, including buildings and landscaping, was designated a National Historic Landmark in 1990. PROJECT DESCRIPTION: This new project will provide approximately 1,100,000 GSF of housing for the USCG HQ consolidation on federally-owned land including a reliable infrastructure that will service the needs of the U. S. Coast Guard, and it should make a distinct architectural statement that is also responsive to servicing the needs of the U. S. Coast Guard. A secondary goal is to complete an evaluation of the site and determine its capacity for additional federal tenants. The scope of A/E services under this design contract will include: master planning; architecture; civil, geotechnical, structural (to include seismic and blast design), mechanical and electrical engineering; communications; space planning and systems furniture integration; interior design; fire protection; food service; landscape design; scheduling; cost engineering; value engineering; administrative coordination of the various disciplines involved; and construction phase services. SCOPE OF WORK: The goals of GSA for this procurement are as follows: develop space solutions for the U. S. Coast Guard on the West Campus; fully engage the U. S. Coast Guard in the planning, design, and construction of the new HQ building; maintain and enhance the existing natural and physical attributes of the HQ site on the West Campus; balance Historical Preservation with new development, including coexistence with the historic specimen flora that contributes to the sites designation as a National Historic Landmark; memorialize the significance of St. Elizabeths past; pursue a good neighbor policy with the local community; subscribe to the Design and Construction Excellence goals; to the extent possible, pursue through strategic planning and design a high level of sustainable design/green architecture for the HQ to meet the Silver LEEDS rating; plan and design accordingly to promote the natural views of the Washington DC area; consider and use life cycle costs as a design factor; pursue a high level of energy and water savings through innovative design initiatives; use bio retention for storm water management to an extensive level; enhance landscaping to achieve wind screening and shading; engage a planning and design approach that explores what opportunities can be accomplished for the reuse of some existing key historic structures; plan a design with a natural approach to security set back and barrier requirements through the use of earthen berms, knee walls, road alignments, aesthetic fences and building position; and provide for structure parking in lieu of surface parking as much as possible. SELECTION PROCESS: This is a Request for Qualifications (RFQ) of A/E Firms/Lead Designers interested in contracting for this work. The A/E selection will be completed in two stages as follows: STAGE I: The first stage will establish the experience and capabilities of the A/E Design Firm, and its Lead Designer. The A/E Design 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 is the individual, or design studio (team of designers within the A/E Design Firm), that will have primary responsibility to conceive the design concept and the buildings architecture and engineering systems. STAGE I: Interested A/E Design Firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Design Firm and its Lead Designer. All documentation pages will be in an 8-½ x 11 format. The submission should include the following: a letter of interest referencing the FedBizOpps announcement and briefly describing the firm and its Lead Designer, and the Standard Form 330 (Architect-Engineer Qualifications). Identification of consultants/subcontractors/joint venture firms (Team Members) is not required at this stage. Each A/E Design Firm and its Lead Designer will be evaluated during this stage using the following EVALUATION CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E design firm will submit graphics (maximum of three single sided pages per project with maximum graphic size not to exceed 8-½ x 11) of not more than five building construction projects, each of which had a total construction cost exceeding $40 million, whose construction was completed within the last ten years of the Stage I Submission due date. A narrative (maximum of two single sided pages per project) shall address the design approach with salient features for each project, and discuss how the clients program, function, image, mission, occupancy, economic, schedule and operational objectives were satisfied by the overall planning/design/engineering solutions. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference for each project, including name, title, address, telephone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) PHILOSOPHY AND DESIGN INTENT (25%): In the Lead Designers own words, (maximum of two typewritten single sided pages) state his/her overall design philosophy and approach to the challenge of public architecture, issues, and parameters that may apply for buildings. (3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three single sided pages) including education, professional experience, and recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. (4) LEAD DESIGNER PORTFOLIO (25%): Submit a portfolio representative of the Lead Designers ability to provide design excellence. Submit graphics (maximum of three single sided pages per project) and a typewritten description (maximum of two single sided pages per project) for up to three building construction projects whose construction was completed within the last ten years of the Stage I submission due date. The narrative shall address the design philosophy with salient features for each project and discuss how the clients program, functional, image, mission, economic, schedule, and operation and maintenance 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 will address his or her participation in the project. Complete the SF-330 (PDF version) as follows: On page 1, complete items A&B. Do not complete items C, D, E, F, and G on pages 1-4. On page 5, item H, respond to the STAGE I evaluation criteria stated in this announcement. On page 5, also sign and date. Complete, sign and date page 6. An A/E Evaluation Board consisting of a private sector peer, representatives of the client, and GSA personnel will evaluate the submissions. The A/E Evaluation Board will establish a short list of at least three A/E Design Firms. The Stage I short list will be published in FedBizOpps. STAGE II: In the second stage of evaluation, each of the short listed firms will be notified and asked to submit more detailed information regarding the entire PROJECT TEAM. The project team shall be considered to include the A/E Design Firm, its designated Lead Designer, and ALL outside consultants/subcontractors (including any firm(s) added to form a joint venture with the A/E Design Firm) who will be involved on the project. On developing the project team, A/E Design Firms are advised that at least 35% 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 Design Firm, any joint venture firms, or any of the subcontractors. The A/E Design Firm must identify the contractual relationship with its Lead Designer and the entire Project Team. A sufficient period will be provided for the short listed A/E Design Firms to establish the entire project team and to respond to the Stage II requirements. Those A/E Design Firms will resubmit the SF-330 for any proposed joint venture firm added and/or consultants/subcontractors, and a composite SF-330 that reflects the entire 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. The contact person for this solicitation is Terrie A. Latimer, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, SW, Room 2021, Washington, DC 20407, telephone (202) 401-1837. The Contracting Officer is Vincent E. Matner, P. E. This procurement is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program (FAR 52.219.19). Before award of the contract, the selected firm (if not a small business of $4,000,000 gross average annual sales receipts over the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39 percent of the total subcontract amount for Small Business as follows: 6 percent is for Small Disadvantaged Businesses (SDB), 5 percent for Woman-Owned Small Business (WOSB), 3 percent for HUBZone Small Businesses (HUBZ), 3 percent for Veteran-Owned Small Businesses (VOB), 3 percent for Service-Disabled Veteran-Owned Small Businesses (SDVOB), and 19 percent for Other Small Businesses. In support of GSA's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above subcontracting goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan to be submitted in Stage II. A/E Design Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, HUBZONE Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Woman-Owned Small Business concerns in Stage II. The narrative shall not exceed one single sided 8 ½ x 11 typed page. Small, Small Disadvantaged, HUB Zone Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Women-Owned Small Business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. IMPORTANT INFORMATION FOR STAGE I SUBMITTALS: A/E Design Firms and their Lead Designers having the capability to perform the services described in this announcement are invited to respond by submitting the SF-330 (for the A/E Design Firm) which must not be dated more than twelve (12) months before the date of this announcement, along with the 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 response date of this announcement. SEVEN COPIES are required (identify one copy as the original). The following information shall be placed 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 WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/WPC/GS11P05MKC0045/listing.html)
- Place of Performance
- Address: Washington, D.C.
- Country: USA
- Country: USA
- Record
- SN00794101-F 20050424/050422212949 (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 |