Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2005 FBO #1411
SOLICITATION NOTICE

C -- Architect-Engineer Design Services Repairs and Alterations at the IRS Service Center, Andover, MA

Notice Date
10/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, MA, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-06-BZ-C-0005
 
Response Due
11/4/2005
 
Description
Architect-Engineer Services for Repairs and Alterations at the IRS Services Center, Andover, MA. 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 nation?s most talented architects, landscape architects, interior designers, and engineers to modernize our federal buildings and prepare them for the next 50 ? 100 years of service. 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 in accordance with GSA quality standards and requirements. Project is required to be designed to facility standards as outlined in PBS-P100, ?Facilities Standards for the Public Building Service, March 2005 issue?. As required by law, all facilities will meet Federal Energy Goals, current security requirements, and will be designed in metric units. All projects will be LEED certified. PROJECT DESCRIPTION The project is for major repairs and alterations to the IRS Service Center in Andover, MA in accordance with General Services Administration (GSA) quality standards and requirements. It is located approximately 25 miles northwest of Boston right off of Interstate 93. The building is approximately 400,500 gross square feet, situated on 36 acres and has an outside parking lot for 1,725 automobiles. The main facility was constructed in 1966 and additional wings were added to facility in 1969. The existing structure is a brick-faced concrete and steel construction. It is a single story building with mechanical penthouses. This project will be a model workplace that utilizes sustainable design and is responsive to the existing character of the building. This modernization project shall follow guidelines for LEED NC format and will incorporate a total building commissioning as defined by GSA design guides and standards. GSA will contract separately during the design phase for Construction Manager as Constructor (CMc) services. The CMc will be part of the design team during the design process to provide construction expertise; cost management services; market, labor and material cost information; and constructability reviews. Upon exercise of the construction phase option, the CMc will provide complete construction services. SCOPE OF WORK The scope of professional services will require at a minimum: Professional architectural, engineering, interior design, landscape architecture, environmental, life cycle costing, and related consulting services for repairs and alterations at the Andover Service Center. The scope of work will require at a minimum: concept design documents, design development documents, construction drawings, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), web-based project management services, and post-construction contract services (PCCS)(Option to be exercised at a later date) for an existing facility. The project includes repair and alteration of an existing office building and related building systems; client program requirements for renovation of all tenant areas, restrooms and entrance lobbies; upgrading accessibility to meet the requirements of the Architectural Barriers Act Accessibility Standards(ABAAS); structural upgrades for current seismic and wind load requirements; correction of codes deficiencies; abatement of hazardous materials (asbestos containing materials and lead paint); renovation of the main lobby; upgrading of plumbing, fire protection, mechanical and electrical systems, and security; and any other design work deemed necessary to implement the concepts developed during previous renovation studies. Space alterations include raised flooring, interior lighting, and telephone and data access for a flexible workplace. The project is also to include GSA design standards for secure facilities; conformance to the PBS-P100 (Facility Standards for Public Buildings), including LEED certification; and customer agency requirements. It is anticipated that construction work will be accomplished in phases, therefore, the A/E will be required to develop a detailed phasing plan in conjunction with the Government and associated contractors. The A/E will be expected to work closely with GSA, client agencies, and the project team in coordinating and planning a successful project outcome. 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 commissioning an artist or artists for this project and in assisting with the successful integration of works of arts into the architectural design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the State of Massachusetts in which the project is located. The office(s) meeting this 35% (minimum) requirement must have an active production office within the state of Massachusetts at least 90 days prior to date of this announcement. The A/E firm will address the contractual relationship with the Lead Designer and project team in Stage II. As a member of the A/E team, the Architect of Record must be licensed in the state of Massachusetts. In the Stage II submission, the following specialty consultants will be required, and may be needed during the design process: (blast, seismic, LEED, environmental, sustainable, lighting, etc.) 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. The A/E firm will address the contractual relationship with the Lead Designer and the project team in Stage II. Stage I All documentation will be in an 8 ?? x 11? format. The assembled 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 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 shortlist of three to six firms. Submission Requirements And Evaluation Criteria: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Firm(s) will submit a portfolio of not more than five projects completed in the last ten years (maximum of five pages per project). 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, including workplace interior design, sustainability, raised flooring, seismic design, and energy conservation. 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. (2) 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 an attractive and productive workplace; and commitment to integrated and sustainable design. (3) 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. (4) 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 such as workplace and sustainability design 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. 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. 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 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. GSA review team will evaluate each design team and make award to most highly qualified offeror. Ultimate award will be based on being able to negotiate a fair and reasonable contract in accordance with the Brooks Act. Offeror Requirements Related to Subcontracting: An offeror, other than a small business concern, shall be required to submit a subcontracting plan in Stage II. The minimum requirement in this plan will be to demonstrate a proactive effort to achieve the following minimum goals for the work that the offeror subcontracts to other firms: 39% Small Business, which can be further broken down to include 6% Small Disadvantaged Business, 5% Woman-Owned Small Business, 3% HubZone, 3% Small Disabled Veteran-Owned Small Business. A small business networking session will be scheduled after Stage I shortlist announcement. 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: Deborah Fournier Delivery Address: Property Development Division (1PC) 10 Causeway St, Boston, MA 02222 Phone number: 617-565-5970 ALL SUBMISSIONS ARE DUE by 3:00PM local time on November 4, 2005. A total of five (5) copies should be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number (GS-01P-06-BZ-C-0005/Title: Repair and Alterations, IRS, Andover, MA, 2) Due Date: November 4, 2005, 3) Closing Time: 3:00 P.M. 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.
 
Place of Performance
Address: Internal Revenue Service (IRS), Customer Service Center, 310 Lowell Street, Andover, MA
Zip Code: 01810-4500
Country: USA
 
Record
SN00910072-W 20051007/051005212250 (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 |
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.