Search Contract Opportunities

A/E Design Services for a Major Repair and Alteration project at the Silvio Mollo Federal Building   2

ID: 47PC0319R0006 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 11, 2019, 10:55 a.m. EDT

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract.

The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking highly qualified Architectural/Engineering (A/E) firms interested in participating in an opportunity under GSA's Design Excellence Program for A/E Design Services for a Major Repair and Alteration project at the Silvio Mollo Federal Building (Mollo Building) located at 1 Saint Andrews Plaza in New York, NY. The planned project will include a temporary space build-out at the Jacob Javits Federal Building (Javits Building) located at 26 Federal Plaza in New York, NY.

This project will include a three-phase approach to address structural deficiencies, replace building systems, and replace the exterior building envelope at the Mollo Building. Phase 1 of the project will be for the creation of temporary space to temporarily house the U.S. Department of Justice - Attorney's Office (USAO) at the Javits Building; Phase 2 will be for the major modernization of the Mollo Building; and, Phase 3 will include minor alterations to the temporary space to permanently house another component of the Department of Justice. .

The overall Estimated Construction Cost range for this entire project is between $190,000,000 to $220,000,000.

DESIGN SCOPE OF WORK

The scope of professional services includes, but is not limited to: professional architectural, art conservation, structural engineering, and related consulting services for the design through the development of concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting, and post-construction contract services for these Federal facilities. Additional services include pre-design investigations/probes, laser scanning, Building Information Modeling, and construction phasing plan development. The professional services shall be performed in an integrated manner where designers collaborate throughout the project delivery to provide a complete design with the consideration of the above aspects for the project. The project must conform to the latest edition of the Facility Standards for the Public Buildings Service (PBS-P100).

Under this Sources Sought announcement, the Government is seeking information on A/E firms that are experienced in architectural design and interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning.

The North American Industry Classification System Code for this acquisition is 541310. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $7,500,000.00.

If you are an interested A/E firm, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform this project.

1.Do you meet the small business size standard (average annual receipts equal to or less than $7,500,000.00 for the past three years)? Otherwise, indicate if you are a large business firm.
2.Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business. Please indicate the applicable representation(s)?
3.Is your firm able to meet the geographic area requirement? (35% of the level of contract effort must be performed within the New York City Metropolitan area.)
4.In the past ten (10) years, has your firm completed, as the lead designer, at least five (5) projects demonstrating relevant project experience to the proposed building modernization project?

Submission Instructions:

Please submit capability statements no later than 4:00PM EST, July 17, 2019, to Lisa Zalar, Contract Specialist, with a copy to Jordana Covrigaru, Contracting Officer. Please submit electronically via email to lisa.zalar@gsa.gov, with a copy to jordana.covrigaru@gsa.gov. No paper submissions will be accepted.
For Informational Purposes:All offerors are required to have an active registration in the System for Award Management (SAM) (www.sam.gov) at the time of offer submission.

AE Selection Method: Once market research is completed, the Government may issue a Request for Qualifications using a two-stage selection process under GSA's Design Excellence policies and procedures. Under this process the Government will award a contract to the most highly qualified A/E with whom it can negotiate a fair and reasonable price.

For Stage I, the A/E will be required to submit a Lead Designer (or designers) for the project. The firm must demonstrate the capability of the Lead Designer(s) to integrate the design approach with salient features by submitting sample projects. For each project the firm must discuss how the client's program, image, mission, schedule, operational, and economic objectives were satisfied in actual building operational performance through the overall design/planning solution.

The A/E will be requested to provide tangible evidence such as certificates, awards, peer recognition that demonstrate design excellence, and provide a client reference contact for each project. A representative floor plan, a site plan, a building section or other appropriate drawing, and a minimum of two photographs will be requested for each project. The A/E will be required to submit a biographical profile including education, professional experience, and recognition for the lead designer, inclusive of the portfolio project examples. The A/E firm will also submit a portfolio representative of the Lead Designer's ability to provide design excellence. The portfolio will address the lead designer's participation in each project. Project examples should be relevant to this project, including: scale, scope, complexity, context, sustainability, security, topical design strategies, strategies used to achieve actual building performance, integrated design strategy, design process for meeting specific performance goals, the urban design strategy and workplace design.

At the conclusion of Stage I, a shortlist of the top three (3) to six (6) qualified A/E firms will be asked to participate in Stage II.

For Stage II, the shortlisted 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 A/E to establish its team.

The Government will interview each team to evaluate the firm's ability to fulfill all project requirements. Emphasis will be placed on the A/E's understanding of the unique aspects of the project, and its design philosophy, project management process and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the A/E. At the conclusion of Stage II, the Government will select one firm and negotiate a fee to design the project.

Project Delivery Method: The approach for the temporary space (Phase 1 and Phase 3) construction contracts will be executed using a traditional Design-Bid-Build project delivery method. The approach for the subsequent major modernization (Phase 2) construction contract will be executed using a Construction Manager as Constructor (CMc) process with General Contractor involvement through completion of the contract documents. Subsequent to the selection of a highly qualified A/E firm and completion of the concept design, the Government anticipates awarding a CMc contract for Phase 2. The Government will select a CMc to serve as the General Contractor providing pre-construction and construction services. The CMc will provide design phase consultations evaluating costs, schedule, alternative design implications, building systems and constructability reviews.

Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity.

This notice DOES NOT constitute a Request for Qualifications or complete package outlining the technical competencies/qualifications of the prospective firm, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement.

Posted: June 20, 2019, 3:25 p.m. EDT

Overview

Response Deadline
July 17, 2019, 5:00 p.m. EDT (original: July 12, 2019, 5:00 p.m. EDT) Past Due
Posted
June 20, 2019, 3:25 p.m. EDT (updated: July 11, 2019, 10:55 a.m. EDT)
Set Aside
None
Place of Performance
Silvio Mollo Federal Building (Mollo Building) located at 1 Saint Andrews Plaza in New York, NY and will include a temporary space build-out at the Jacob Javits Federal Building (Javits Building) located at 26 Federal Plaza in New York, NY. New York City, NY 10007 USA
Source

Current SBA Size Standard
$12.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
42%
On 6/20/19 PBS Region 2: Northeast and Caribbean Region issued Sources Sought 47PC0319R0006 for A/E Design Services for a Major Repair and Alteration project at the Silvio Mollo Federal Building due 7/17/19. The opportunity was issued full & open with NAICS 541310 and PSC C.
Primary Contact
Title
Contract Specialist
Name
Lisa M. Zalar   Profile
Phone
(212) 306-4943
Fax
None

Secondary Contact

Title
Contract Officer
Name
Jordana Covrigaru   Profile
Phone
(212) 264-4462
Fax
212-264-0588

Documents

Posted documents for Sources Sought 47PC0319R0006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 47PC0319R0006

Contract Awards

Prime contracts awarded through Sources Sought 47PC0319R0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 47PC0319R0006

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 47PC0319R0006

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R2 CAPITAL CONSTRUCTION BRANCH
FPDS Organization Code
4740-DT000
Source Organization Code
100167219
Last Updated
July 11, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 11, 2019