SOLICITATION NOTICE
C -- Architect-Engineer (A/E) Services for New NASA Research Support Building
- Notice Date
- 10/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PE), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- GS-05P-12-GB-C-0027
- Point of Contact
- William M. Chapman, Phone: 3123530868, David Mazzolini, Phone: 312-353-0617
- E-Mail Address
-
william.chapman@gsa.gov, david.mazzolini@gsa.gov
(william.chapman@gsa.gov, david.mazzolini@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NEW CONSTRUCTION PROJECT GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation # GS-05P-12-GB-C-0027 Region: Great Lakes (5) City: Chicago State: Illinois Contracting Officer: David Mazzolini Phone Number: 312-353-0617 PROJECT: NASA Research Support Building, Cleveland, Ohio BUILDING TYPE: New Federal Office Building CLIENT AGENCY: NASA SIZE: 100,000 gross square feet BUDGET: $15 to $20 million FUNDING: Funds Are Not Currently Available 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 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 in accordance with GSA quality standards and requirements. As required by law, the facility will meet Federal Energy Goals and security requirements and the facility will be designed in metric units. The project will be at a minimum LEED Gold. PROJECT DESCRIPTION This project is for the new construction of a building for the National Aeronautics and Space Administration (NASA) in accordance with their Repair by Replacement program. The project will require the demolition of an existing building, and in its place, creation of a new three-story Research Support Building of approximately 100,000 gross square feet (GSF). NASA is in the process of creating a new centralized downtown campus area at Lewis Field with the Research Support Building being at its new central hub. The Research Support building will house support offices such as a credit union, cafeteria, etc on the first floor and federal office space on the 2nd and 3rd floors. The proposed building will be located at NASA's Glenn Research Center (GRC) located on Lewis Field in Cleveland, Ohio. This new project will need to be responsive to NASA's overall campus and master plan and is adjacent to a National Register Historic District. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, landscape architectural, engineering, interior design, and related consulting services for concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, BIM, computer-aided design and drafting (CADD), LEED administration, and post-construction contract services (PCCS) for the new three-story Research Support Building. The project is also to include GSA design standards and NASA Procedural Requirements (NPR) for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings), including at a minimum LEED Gold requirements; and customer agency requirements. 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 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 content for the 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 the highest rated firms, following an evaluation of qualifications submitted. 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: 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. 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. 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 a new three-story Research Support Building of approximately 100,000 gross square feet of federal office space on a historically significant campus and commitment to integrated and sustainable design. 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. 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. 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 short-list announcement. The Selection Board shall 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. 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: Mr. William Chapman Delivery Address: General Services Administration 230 South Dearborn Suite 3600 Chicago, IL 60604 Phone number: 312-353-0868 ALL SUBMISSIONS ARE DUE by 4:00PM local time on December 3, 2012. A total of 6 copies should be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR 52.214-7. This procurement is open to only small business concerns. A small business is defined as a business with $7,000,000 average annual receipts over the past three years. This 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 (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05P-12-GB-C-0027/listing.html)
- Place of Performance
- Address: NASA Glenn Research Center, 21000 Brookpark rd, Cleveland, Ohio, 44135, United States
- Zip Code: 44135
- Zip Code: 44135
- Record
- SN02921952-W 20121102/121031234153-ddab3d508225a210ebe9720c6901cd8a (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 |