SOLICITATION NOTICE
C -- GSA Design Excellence Solicitation for Lead Design A/E: Architect and Engineer
- Notice Date
- 7/28/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
- ZIP Code
- 94102
- Solicitation Number
- GS-09P-10-KTC-0067
- Archive Date
- 9/30/2010
- Point of Contact
- Beverly Chin, Phone: 415-522-3141
- E-Mail Address
-
beverly.chin@gsa.gov
(beverly.chin@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- MODERNIZATION PROJECT GSA Design Excellence Solicitation for Lead Design A/E: Architect and Engineer C-Architect-Engineer Services Solicitation No. GS-09P-10-KTC-0067 Region: 09 - Pacific Rim Region City: San Francisco State: California Contracting Officer: Beverly Chin Phone Number: (415) 522-3141 PROJECT: Repair & Alteration (R&A) of 11000 Wilshire Federal Building Complex, Los Angeles, California BUILDING TYPE: Federal Office Building HISTORIC STRUCTURE: [ ] YES [X] NO CLIENT AGENCY: FBI SIZE: 753,751 gross square feet PARKING SPACES: 1,422 BUDGET: Estimated Construction Cost of $270M - $300M FUNDING: FUNDS ARE NOT CURRENTLY AVAILABLE GEOGRAPHIC LIMITATION: OPEN NATIONWIDE AND MINIMUM 35% TO BE PERFORMED IN LOS ANGELES, CALIFORNIA 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. Federal buildings must be high-performance green facilities which demonstrate the merit of true integrated design that balances aesthetics, performance, 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 Integrated Design in accordance with GSA quality standards and requirements. As required by law, all facilities must meet all Federal energy and water conservation goals and security requirements specifically the Guiding Principles for Sustainable New Construction and Major Renovations of Executive Orders 13423 and 13514 and the Energy Independence and Security Act of 2007. All projects must achieve a Leadership in Energy and Environmental Design (LEED) rating of Silver at a minimum with specific IBC LEED certification credits required. The project will be in conformance to GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), International Building Code, Architectural Barriers Act Accessibility Standards (ABAAS), and applicable customer agency requirements. PROJECT DESCRIPTION The project is a complete repair and alteration (R&A) of the complex. The complex consists of an office tower, two annex buildings and a parking garage. The project is located at 11000 Wilshire Boulevard in the Los Angeles Westwood area. This project will consolidate operations of the Primary Tenant in an environment that is more attractive, safer, more energy efficient and healthier for its occupants, and more efficient for the Primary Tenant's operations. Repair and alteration is urgently needed due to the age and condition of the facilities, and to bring the facilities up to current building codes. No major capital upgrades have occurred in over 40 years. The Primary Tenant will expand and consolidate operations and occupy all facilities on site. The R&A project requires the affected building floors to be vacant during construction. The construction will be accomplished in three phases. All existing secondary tenants will be relocated and the vacated lower floors will be retrofitted in the first phase construction phase. Once complete, a portion of these lower floors will be used as swing space for subsequent phases. When construction is complete, the Primary Tenant will relocate operations that are currently in leased facilities to the 11000 Wilshire facilities. SCOPE OF WORK The scope of professional services will require at a minimum: Professional architectural, engineering, interior design, landscape architecture, and related consulting services for concept design documents, schematic design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, construction administration, computer-aided design and drafting (CADD) and Building Information Modeling (BIM), and post-construction contract services (PCCS) for the complete renovation and modernization of the four-building complex totaling approximately 753,751 gross square feet. The buildings in the complex are urgently in need of replacement and upgrade of most of their building systems, including exterior building envelope, interior finishes throughout, mechanical/electrical/plumbing, telecommunications and fire and life safety systems throughout, major structural upgrades for seismic and blast resistance, and vertical transportation systems. The Primary Tenant will maintain its occupancy in the building complex during all construction phases. Phasing and staging of the project must include careful planning to minimize disruption of daily operation and to maintain building security. The overall construction is divided into three major phases and is expected to be completed in six years. Moreover, it should be noted that the existing building footprint is not to be altered. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), including LEED Silver rating at minimum; and Primary Tenant agency requirements. SELECTION PROCESS This is a Request for Qualifications (RFQ) of Lead Designers - A/E Firms interested in contracting for this work. The requirement for the Lead Designer is for either a Lead Engineer, Lead Architect or both. 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 project design and ensuring that the project is developed through an integrated design process. The Lead Designer will also be involved 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 Los Angeles, California in which 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 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 ½" 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 short-list 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: •(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 in actual building operational performance through the overall design/planning solution. It should comment on the relevance of submitted projects to the scope, scale, complexity, and /or context of this project, including major building system renovation, sustainability, coordination of swing space with phased construction, energy conservation strategies, design incorporating BIM (building information modeling) and workplace design. Project examples should demonstrate the A/E firm's ability to design high-performance green buildings. 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, achieving goals through the integrated design process, phased construction in fully occupied buildings and related issues; parameters that may apply in a high performance, green building, energy conservation, renewable energy, and commitment to integrated and sustainable design. •(3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three 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 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 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. Project examples should relate to the scope, scale, complexity, and /or context of this project and demonstrate the Lead Designer's ability to design high-performance green buildings. 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 lead designers and their 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. The Lead Designer-A/E Design Firm must quickly establish its entire A/E team. 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 short-list 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. The Lead Designer and A/E Team will not be allowed to discuss or present specific design ideas, project solutions and models during the interview process. Emphasis will be placed on the Lead Designer-A/E Team's understanding of the unique aspects of the project, their design philosophy, integrated design approach, 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: Beverly Chin Delivery Address: GSA, PBS, Design & Construction Division (9P2PCS) 450 Golden Gate Avenue, 3 rd Floor West San Francisco, CA 94102 Phone number: (415) 522-3141 ALL SUBMISSIONS ARE DUE by 3:00PM local time on August 27, 2010. A total of 5 copies should be submitted. The following information must be on the outside of the sealed envelope: (1) Solicitation Number/Title, (2) Due Date, and (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 $13,500,000 gross receipts over a three (3) year period or no more than $4,500,000 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/spg/GSA/PBS/9PCS/GS-09P-10-KTC-0067/listing.html)
- Place of Performance
- Address: Federal Building, 11000 Wilshire Boulevard, Los Angeles, California, 90024-3602, United States
- Zip Code: 90024-3602
- Zip Code: 90024-3602
- Record
- SN02220199-W 20100730/100728234852-287899d0aeb14dc0cf771257c76e4699 (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 |