MODIFICATION
C -- Design Services, 985 Michigan Ave. Alteration Prospectus, Detroit, Michigan
- Notice Date
- 3/12/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Chicagoland Contracting Team (5P2PQBA), Please consult the notice or Solicitation documents for address information, United States
- ZIP Code
- 00000
- Solicitation Number
- GS-05P-15-SI-C-0026
- Point of Contact
- Gregory C Oprian, Phone: 312-353-3476
- E-Mail Address
-
Gregory.Oprian@gsa.gov
(Gregory.Oprian@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- MODERNIZATION OF AN EXISTING STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect and Engineer C-Architect-Engineer Services Solicitation # GS-05P-15-SI-C-0026 Region: Great Lakes (5) City: Chicago State: Illinois Contracting Officer: Gregory Oprian Phone Number: (312) 353-3476 Email: gregory.oprian@gsa.gov PROJECT: 985 Michigan Ave. Alteration Prospectus, Detroit, Michigan BUILDING TYPE: Federal Office Building CLIENT AGENCY: IRS, DEA, DOL, DHS, HHS, GSA SIZE: 550,000gsf Main Building, 288,000gsf Parking Garage, 26,000gsf Energy Center BUDGET: $60,000,000 Through the modernization of a federal building, this project continues the legacy of outstanding public architecture. In accordance with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation's most talented designers and engineers to prepare our federal buildings utilizing outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; creates environmentally responsible and superior workplaces for civilian federal employees; and gives public expression to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of architectural/engineering (A/E) design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet federal energy goals and security requirements. PROJECT DESCRIPTION The subject building located at 985 Michigan Avenue, in Detroit, Michigan, was constructed in 1995 as a build-to-suit lease location for the Internal Revenue Service. U.S. General Services Administration (GSA) has executed a purchase option, with transfer of ownership scheduled for April 2015. The office building is 10-stories above grade with a basement. The majority of the mechanical equipment is housed in a 3-story structure adjacent to the building. The building has a 10-story parking garage with approximately 850 spaces. The asset is 20 years old and many systems are approaching the end of their useful lives and are inefficient. Upgrades to the building's infrastructure are required to extend the asset's service life, reduce energy consumption and operating expenses, and ensure long-term occupancy of federal tenants. GSA proposes to renovate the 985 Michigan Avenue building to extend the asset's useful life and consolidate federal agencies in Detroit, MI. Renovation of the building systems includes energy savings improvements to the HVAC systems, repairs to the passenger and freight elevators, replacement of the roof, repairs to the building's windows and façade, replacement of the fire alarm and sprinkler systems, repairs to the plumbing system and public restrooms, improvements to the electrical infrastructure, and repairs to the parking garage and site. The project will also reconfigure space for federal agencies currently housed at this location and backfill the remaining space with other federal agencies located in leased space. GSA anticipates using a CMc delivery method for construction of this design. SCOPE OF WORK The scope of professional services will require at a minimum: professional architectural, engineering, interior design, and related consulting services for concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), and post-construction contract services (PCCS) for the modernization and alteration of this 20 year old facility. The project is also to include GSA design standards for secure facilities; conformance to the P-100 (Facility Standards for Public Buildings) and customer agency requirements. The project will be designed in one package incorporating the entire scope. The construction may be accomplished utilizing phasing to coincide with the requirements of the impacted federal agencies. 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. A/E firms are advised that at least 35% of the level of contract effort must be performed in the state 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 designers and associated A/E firms will submit portfolios of accomplishment that establish the design capabilities of the lead designer and design firm. In Stage II, shortlisted lead designers-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 (only Part II, for lead design firm); 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: 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 the GSA project, including modernization of the building systems such as HVAC and fire alarm replacement. 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 an effective approach to incorporating state of the art infrastructure systems into a typical office building and a commitment to integrated and sustainable design. 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. The lead designer shall demonstrate a history of commendable design work in modernization and sustainability. 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. Stage II The short-listed lead designers and associated 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 and associated A/E Design Firm to establish its team. The firms will be required to submit a 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 the Phase II submittals are due and provide that information to the shortlisted firms at the time of 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, evaluation criteria as established for Stage II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the lead designer and lead engineer'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 evaluate and 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. Gregory Oprian Delivery Address: General Services Administration 230 South Dearborn Suite 3600 Chicago, IL 60604 Phone number: (312) 353-3476 ALL SUBMISSIONS ARE DUE by 3:30 PM Central Time on March 24th, 2015. A total of 6 hard copies and an electronic copy 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 small and large business concerns. Before award of the contract, the A/E (if not a small business of $22,500,000 gross receipts over a three (3) year period) 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/notices/d3201834e96999d476a187b2f9c05e8b)
- Place of Performance
- Address: 985 Michigan Ave, Detroit, Michigan, 48226, United States
- Zip Code: 48226
- Zip Code: 48226
- Record
- SN03665611-W 20150314/150312234641-d3201834e96999d476a187b2f9c05e8b (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 |