Posted: Feb. 15, 2019, 4:54 p.m. EST
MODERNIZATION OF A HISTORIC STRUCTURE
GSA Design Excellence Solicitation for Lead Design Architect Architect-Engineer Services Solicitation: # 47PE0318R0005
Region: Southeast Sunbelt (4)
City: Savannah
State: Georgia
Contracting Officer: Helen DiMonte
Phone Number: 312-590-9496
PROJECT: Alteration of the Tomochichi Federal Building and U.S. Courthouse, Savannah, Georgia
BUILD TYPE: Federal Courthouse
CLIENT AGENCY: District Courts
SIZE: 125,668 gross square foot
PARKING SPACES: 7 outdoor spaces
BUDGET: Estimated construction cost at time of award $52 - $62 million
FUNDING: Funds are available
SMALL BUSINESS SET ASIDE: 100% Small Business set aside
Through the preservation and modernization of the historic FB-CT, this project continues the General Services Administration's (GSA) legacy of outstanding public architecture. In accord with this tradition, the GSA's Design Excellence Program seeks to commission our nation's most talented designers and artists to prepare our historic 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; 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 design for the modernization of the Federal Building and U.S. Courthouse (FB-CT) in accordance with GSA quality standards and requirements. As required by law, the facility will meet Federal energy goals and security requirements and will be LEED Gold v4 certified.
PROJECT DESCRIPTION
This project is for the modernization of the FB-CT, located at 125 Bull Street in the National Historic Landmark (NHL) District of Savannah GA. In addition to being a contributing component of the NHL District, the FB-CT was listed individually on the National Register of Historic Place (#74000663) in 1974. The FB-CT was originally constructed in 1899 and enlarged in 1932. It is a single structure comprised of a basement, three floors above ground, an attic and a tower enclosing additional floor levels. The FB-CT requires upgrades and/or replacement of major building systems including but not limited to portions of the structure, building enclosure, plumbing, HVAC, electrical, vertical conveyance and life safety systems. This work is needed to ensure continued operation of the FB-CT.
GSA is designing and constructing a separate U.S. Courthouse Annex (Annex) across Whitaker Street under separate procurement. The modernized FB-CT in conjunction with the Annex, will improve security, provide space for future Federal needs, and consolidate the judicial operations. This alteration project will follow the Secretary of Interior's Standards for the Treatment of Historic Properties and Building Preservation Plan guidance, respecting the character of the building while accomplishing the project requirements, and reflecting the Historic District, which altogether reflect the dignity, enterprise, vigor and stability of the Federal Government.
The renovated FB-CT will retain its approximately 125,668 gross square feet (GSF), including 7 parking spaces. The FB-CT will provide a total of three (3) courtrooms one (1) District, one (1) Senior District and one (1) Magistrate Courtroom. The building will provide space for the United States District Court, Department of Justice - Marshals Service, Department of Justice - Attorney's Office, Probation Office, Public Defender's Office, and GSA.
PROJECT DELIVERY METHOD:
This project will be constructed and delivered via Construction Manager as Constructor (CMc). During the Design Stage and based upon the approved Design Concept, a CMc shall be contracted directly by GSA to provide constructability, construction budget, and maintainability reviews as well as other services that are identified in the scope of work. The selected architect-engineering firm (A/E) will actively engage the CMc, requesting feasibility, design, constructability, and construction phasing reviews and input, as well as scheduling and estimating feedback.
This project will also benefit from a Construction Manager as Agent (CMa). The CMa will provide constructability and maintainability reviews, schedule and budget analysis, pay application analysis, and other general administrative functions in aiding GSA in the delivery of this project. The CMa will be part of the Project Delivery Team until the completion of the project.
SCOPE OF WORK
The scope of professional services for the modernization of the FB-CT, will require at a minimum: professional architectural, landscape architectural, engineering, historic preservation, interior design, accessibility design, and related consulting services to produce concept, design development and construction documents, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, building information modeling (BIM) and construction phase services for a facility that includes the modernization of this historically significant building, client program requirements, building systems upgrade, and sustainable high performance building systems and features. The modernization of the FB-CT must be designed to meet the energy goals established by GSA, and will be designed to achieve LEED Gold v4 certification. It will incorporate independent, third party total building commissioning as defined in the GSA design guides. The project will also include GSA design standards for secure facilities; conformance to the latest editions of: GSA's Facility Standards for Public Buildings (P-100), client agency requirements such as the U.S. Courts Design Guide, U.S. Marshal Publication 64 guidelines, and certification through the United States Green Building Council.
This building is individually listed in the National Register of Historic Places and is a contributing component of the a National Historic Landmark District. Each design submission must be approved by GSA's Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO), other consulting parties, and the Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. Design submissions will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and solutions as they are developed. Every effort will be made to avoid adversely affecting original materials and design in the building's restoration or preservation zones identified in the Building Preservation Plan. Alteration or removal of original materials and impacts to the original FB-CT design requires special justification and typically requires an agreement document with the SHPO and other parties.
SELECTION PROCESS
This notice is a request for qualifications (RFQ) of A/E firms/lead designers interested in contracting for this work. The definition of 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 contract effort must be performed in Savannah, GA where the project is located.
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- A/E teams will be interviewed. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II.
Stage I:
All documentation will be on 8 1/2" x 11" paper. 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 FedBizOpps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 330 Architect Engineer Qualifications Part II; credentials of historic preservation specialist; 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 Judiciary 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.
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 renovation projects completed in the last ten years (maximum of five pages per project). At least two projects should include restoration/conservation work and represent a history of commendable design work in the restoration/conservation specialty. The narrative shall address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, budget, schedule, and operational objectives were satisfied by the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project, including the integration of contemporary functions and technologies into a historic building. This building is listed in the National Register of Historic Places and is a contributing component of the NHL district. Preference will be given to offerors whose past performance portfolio includes work on National Historic Landmarks, compliance with the National Historic Preservation Act, Section 106, historic building preservation projects, and demonstrated mastery of the SHPO and Advisory Council on Historic Preservation requirements. This section of the submission should include tangible evidence such as certificates, awards, and peer recognition demonstrating excellence in design, and provide a client reference contact for each project, including name, title, mailing address, email address, and telephone number. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of four 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; the designer's approach to the challenge of historic public architecture and related issues; parameters that may apply in creating an effective approach to accommodating contemporary uses in a historic building; and a commitment to integrated and sustainable design.
(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, and 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 as defined by GSA. Address the designer's 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, budget, schedule, and operations and maintenance objectives were satisfied by the overall design/planning solution. Include tangible evidence such as certificates, awards, and peer recognition demonstrating Design Excellence. Where there is duplication with criteria (1) Past Performance on Design, the lead designer will address the designer's participation in the project. The lead designer shall demonstrate a history of commendable design work in restoration/conservation, and rehabilitation.
Stage II
The shortlisted 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. GSA 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-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.
Delivery Address:
U.S. General services Administration
Attention: Kiersten S. Mathews
Acquisition Management Division,
Capital & Program Support Branch (4PQB)
77 Forsyth St, SW, Ste. G,
Atlanta, GA 30303-3458
ALL SUBMISSIONS ARE DUE by 3:00 PM EST on March 15, 2019.
A total of eight copies and one electronic must be submitted to GSA. The electronic copy should be included in the packet in the form of a thumb drive.
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 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 side standard is no more than $12,000,000 gross receipts over a three (3) year period or no more than $4,000,000 gross average receipts per year for the same time frame. 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.
Contract will be procured under the Brooks A/E Act, Public Law 92-582, and FAR Part 36. GSA will not allow payment for travel, living expense, and computer time or internet connectivity for the prime or the consultants during the selection process. This notice is not a request for proposals.