Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

C -- Bean Exterior Repairs - Architect & Engineer Services

Notice Date
6/29/2020 1:06:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0020R0058
 
Response Due
6/17/2020 2:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Matthew Nelson, Phone: 3472445147, Jennifer E. Styzek, Phone: 3123531214
 
E-Mail Address
matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov
(matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation # 47PF0020R0058 Region: Region 5 - Great Lakes City: Indianapolis State: Indiana Contracting Officer: Jennifer Styzek Phone: (312) 353-1214 Project: Major General Emmett J Bean Federal Center: Exterior Repairs in Indianapolis, Indiana Building Type: �Federal Office Building Historic Structure: [] YES [X] NO Client Agency: GSA Size:� 1,660,000 GSF Parking Spaces: 3,400 Budget:� ECC $27,000,000 - $37,000,000 Applicable Funding: Award dependent upon availability of funds. Total Small Business Set Aside The General Services Administration (GSA) Design Excellence Program seeks to commission architects and engineers to maintain and modernize our legacy federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian federal employees. In this context, GSA announces an opportunity for performance of architectural-engineering design in accordance with GSA quality standards and requirements. As required by law, all facilities will meet Federal energy targets and security requirements Project Description The Major General Emmett J. Bean Federal Center (MGEJ Bean) is located at 8899 East 56th Street in Indianapolis, Indiana. The building was named after Major General Emmett J. Bean, a commander of the Army Finance Center in St. Louis, and who coordinated the Center's move to Indianapolis.� The MGEJ Bean was once part of Ft. Benjamin Harrison, a former military installation.� Ft. Benjamin Harrison closed in 1995 and ownership of the building was transferred from the Department of Defense to GSA in October 1996. The Federal Center is a 3-story building of approximately 1.66 million gross square feet which is currently being used as a multi-tenant office building.� It� was modernized and renovated in 2003 to an� office space type interior from its previous use as a DOD records storage facility and is eligible to be listed on the National Register of Historic Places MGEJ Bean has a National Register rating of 3. This project is intended to renovate and repair existing roof and facade system issues and deficiencies. In relation to the roof system, the southern two-thirds of the roof were replaced as part of the American Recovery and Reinvestment Act (ARRA) and was completed in 2011. This project will replace the northern third portion of the roof which was not replaced at that time. Additionally, the roof parapet at the facade and courtyard facades has moved outward from the face of the building and poses a safety risk. This project will install a permanent repair solution for this issue. The rooftop cooling towers have reached the end of their useful life and will be replaced as part of this project. In relation to the facade system, this project will repair multiple areas of deficiency on the exterior facades in addition to the installation of a new breathable elastomeric surface coating (or similar). Additionally, the window sealants have reached the end of their useful life and shall be replaced as part of this project. This project will also investigate potential water infiltration issues that may have occurred due to the failing window sealant. This investigation will consist of potential repairs or replacement of the interior wall construction underneath windows where water damage has occurred. Scope of Work The GSA intends to contract for comprehensive professional architectural and engineering services under GSA�s Design Excellence program to perform programming, design and construction support services including but not limited to; restoration and renovation design of various aspects of the exterior facade in addition to replacement and installation of various roofing systems, and cooling tower, concept design, design development and preparation of construction documents, cost estimating and value engineering, procurement support and construction administration and inspection services through project close out.� Since this building is eligible for listing on the National Register of Historic Places, all design work must be coordinated with the GSA Historical Representatives for approval.� This design shall be integrated with GSA�s concurrent Art in Architecture concept development, and conceive of strategies that account for minimizing disruptions to existing continuing adjacent occupancies during construction. �� The project is also to include GSA design standards for secure facilities, conformance to the P100 (Facility Standards for Public Buildings), sustainability goals, and shall comply with all other applicable local, state and federal 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 and engineers 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 Indianapolis, Indiana area where the project is located.� The A/E firm will address the contractual relationship with the lead designer and project team in Stage II.� At that time, the following specialty consultants will be required: lead engineer, acoustic, and environmental.� The A/E selection will be completed in two stages as follows: In Stage I, interested lead 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 designer teams will be interviewed. Stage I All documentation will be in an 8 1/2"" x 11"" format. The assembled content for the Stage I portfolio should be no more than 1/4 inch thick. The portfolio should include the following: a cover letter referencing the beta.SAM 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. Identification of team members, other than the lead designer(s), is not required at this stage. Team member 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 similarly scoped projects completed in the last ten years (maximum of five pages per project). The narrative shall: address the firm�s approach to design solutions along with salient issues or features for each project and discuss how the client�s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution; address the relevance of submitted projects to the GSA project; and provide a client reference contact for each project, including name, title, address, email, and phone numbers. A representative floor plan, a building section 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 typewritten pages) state the parameters he/she will apply to the challenges of: designing solutions of limited scope projects for major public facilities; meeting federal standards and codes; addressing sustainable design goals of construction waste management, energy efficiency, and environmental responsibility; managing work in occupied buildings; and integrating new design solutions into existing systems and infrastructure. (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 solutions that demonstrate 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 solution philosophy with salient issues and 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 solutions, the lead designer shall address his or her participation in the project. Stage II The shortlisted lead designers and 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. 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 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�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 shortlisted lead designers. 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: Jennifer Styzek Delivery Address: matthew.nelson@gsa.gov and jennifer.styzek@gsa.gov Phone Number: (312) 353-1214 ALL STAGE I SUBMISSIONS ARE DUE by 4:00 PM Central Standard Time on Wednesday, June 17, 2020.�� The following information must be within the subject line of the email: Major General Emmett J Bean Federal Center: Exterior Repairs in Indianapolis, Indiana, Request For Qualifications #47PF0020R0058, Email __ of ___. Emails, including message body, headers, and attachments are limited to 25MB. Zip files are acceptable, but the following attachment type/extensions are not permitted in any email incoming to GSA, including inside zip files: ade, adp, asx, bas, bat, BHx, cer, chm, cmd, com, cpl, crt, dbx, dll, exe, hta, htp, inf, ins, isp, js, jse, lnk, mda, mde, mdz, msc, msi, msp, mst, nch, pcd, pif, prf, reg, scf, scr, sct, shb, shs, url, vb, vbe, vbs, wms, wsc, wsf, wsh, htm, 7z. Failure to adhere to the email limitations may result in a late submission and will be 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 a set aside and restricted to small businesses. The NAICS Code is 541310. The small business size standard is $7.5 million. HUBZone, 8(a), Service Disabled Veteran Owned Small Businesses (SDVOSB), or Women Owned Small Businesses (WOSB) are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Contract will be procured under the Brooks A/E Act and FAR Part 36. The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants during the selection process. This is not a request for proposals.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e133ecd13e8847c6a247a011cf07f577/view)
 
Place of Performance
Address: Indianapolis, IN 46216, USA
Zip Code: 46216
Country: USA
 
Record
SN05706020-F 20200701/200629230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.