Search Contract Opportunities

Architect-Engineering (A/E) Services for a New Courthouse Annex Project at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse, Hato Rey, PR   5

ID: 47PC0321R0013 • Type: Solicitation • 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
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 27, 2022, 7:03 p.m. EDT

Architect-Engineer (A|E) Services for a New U.S. Courthouse Annex Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Hato Rey, PR

General Information

Document Type: A|E Selection Notice

Solicitation Number: 47PC0321R0013

Description

The following firm has been selected as the lead designer A|E team for the Architect|Engineer Services for a New U.S. Courthouse Annex Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Hato Rey, PR:

Davis Brody Bond +STV

One New York Plaza, Suite 4200

New York, NY 10004

Posted: Jan. 19, 2022, 3:12 p.m. EST
Posted: Jan. 12, 2022, 5:09 p.m. EST
Posted: Dec. 22, 2021, 2:48 p.m. EST
Posted: Dec. 16, 2021, 3:06 p.m. EST
Posted: Dec. 15, 2021, 2:34 p.m. EST
Posted: Nov. 30, 2021, 5:16 p.m. EST

COMBINED SYNOPSIS/ SOLICITATION NOTICE

NEW COURTHOUSE ANNEX CONSTRUCTION

SOLICITATION #: 47PC0321R0013

PROJECT: New U.S. Courthouse Annex, Hato Rey, San Juan, Puerto Rico

BUILDING TYPE: Courthouse

HISTORIC STRUCTURE: No

CLIENT AGENCIES (PRIMARY): Judiciary - U.S. District Court for the District of Puerto Rico; and U.S. Department of Justice - Marshals Service

SIZE: 153,000 gross square feet

PARKING SPACES: 35 inside spaces

BUDGET: Estimated Construction Cost at Award is between $175,000,000 and $205,000,000

NAICS: 541310

FUNDING: Pending availability of funds

GEOGRAPHIC LIMITATION: Per GSAM 536.602, the overall architect/engineering design team must demonstrate that at least thirty-five percent (35%) of all required Architect/Engineer (A/E) contract services will be accomplished within San Juan, Puerto Rico in order to receive full credit for the geographic location evaluation factor.

SMALL BUSINESS SET-ASIDE: No set-aside used. However, in accordance with Public Law 95-507 and FAR 52.219-9, should a large business receive the award, the firm shall be required to provide subcontracting opportunities to small business concerns in the performance of this contract.

Continuing a legacy of outstanding public architecture, the U.S. General Services Administration (GSA) Design Excellence Program seeks to commission our Nation's most talented designers and artists 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. These Federal workplaces shall strengthen the Federal workforce by promoting diversity, equity, inclusion, and accessibility.

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, all facilities will meet Federal energy goals and security requirements.

PROJECT DESCRIPTION

GSA intends to design and construct a new multi-story U.S. Courthouse Annex (Annex) in the Hato Rey section of San Juan, Puerto Rico. The Annex will be linked physically, functionally, and systematically with the Federico Degetau Federal Building (Degetau) and Clemente Ruiz Nazario (Nazario) U.S. Courthouse Complex (Complex). The Annex will be located on the southwest corner of the 27-acre Federal Campus (Campus), adjoining both Degetau and Nazario.

The existing buildings, Degetau and Nazario, constructed in 1974, and comprising 435,000 gross square feet, are situated on the Campus in the Hato Rey section of San Juan, Puerto Rico. The Campus also includes a standalone childcare center, independent parking structure, and the newly constructed Department of Justice - Federal Bureau of Investigation building. The Campus represents the largest facility under GSA's jurisdiction, custody and control in the Caribbean. The Campus will remain operational throughout the construction.

In the first phase of this multi-phase program, four (4) courtrooms and four (4) chambers will be constructed in a new 153,000 gross square feet Annex. The remaining space in the new building will initially serve as swing space for current Degetau tenants. In the next phase, Degetau will be fully vacated in order to complete a seismic retrofit, modernization of building systems, and backfill (design of the Degetau major renovation and alteration will not be part of this contract). Following the work at Degetau, the Annex will be completed to its final configuration of six (6) new courtrooms and ten (10) new chambers, bringing the total for the Complex to twelve (12) courtrooms and seventeen (17) chambers. The Complex will meet the 10-year space needs of the U.S. District Court for the District of Puerto Rico, and will accommodate the anticipated 30-year needs of the District Court.

The project delivery method is anticipated to be Construction Manager as Constructor.

SCOPE OF WORK

The scope of professional services includes design of both the initial and final configurations of the Annex as well as associated alterations at the existing buildings to support the functionality of the Annex and Court's operation. The major seismic retrofit and backfill of Degetau will be a separate design (not part of this contract). The scope of professional services will require at a minimum: professional architectural, civil engineering, geotechnical engineering, structural engineering, mechanical engineering, electrical engineering, fire protection and life safety, energy modeling, sustainability (minimum LEED Gold and SITES Silver), interior design and related consulting services for the design throughout the development of concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and drafting (CADD), Building Information Modeling (BIM), and construction administration contract services. Additional services include pre-design investigations/probes 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 holistic design with the consideration of the above aspects for the project. The project shall be designed to comply with the latest P-100 (2021 version) requirements (Facility Standards for the Public Buildings Service), U.S. Courts Design Guide (2007 as partially revised in 2016), and U.S. Marshals Service Publication 64 (2014 & 2017 editions). Additionally, the A/E shall coordinate and obtain any permits, permissions and consultations necessary with local, State, regional or Federal entities, including utility and transit providers. Therefore, the A/E team must possess relevant experience within the project location of San Juan, Puerto Rico.

SELECTION PROCESS

This notice 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 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.

A/E firms are advised that in order to receive full credit for the Geographic Location Evaluation Factor in Stage II, at least 35% of the level of contract effort must be performed in San Juan, Puerto Rico, which is 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 specialties will be assessed:

Lead Architect

Project Manager

Building Envelope & Waterproofing

Structural Engineer

Blast Mitigation

Mechanical Engineer

Electrical Engineer

Interior Design/Workplace

Civil/Geotechnical Engineer

Fire/Life Safety Engineer

Firms are advised that additional specialties and team members may be required to perform the services in the scope of work.

Stage I
All documentation must be submitted in electronic PDF format using 8 1/2" x 11" page size. The assembled content for the Stage I portfolio should be no more than fifty (50) sheets (equivalent to a hundred (100) single-sided pages). Portions of the submissions may be double-sided. The portfolio should include the following: a cover letter referencing the SAM.gov 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 will evaluate the submissions and may include a private sector peer and representatives of the other Federal agencies in addition to GSA. The A/E Evaluation Board will establish a shortlist of three (3) to six (6) firms who will be invited into Stage II of the procurement process.
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 FOR STAGE I

(1) PAST PERFORMANCE ON DESIGN (35%): The A/E firm(s) will submit a portfolio of not more than five (5) similarly scoped projects with construction completed in the last ten (10) years (maximum of five (5) single-sided pages per project). The narrative shall: address the design approach with salient 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 telephone numbers. A representative floor plan, a building section and a minimum of two (2) photographs must be included for each project.

(2) PHILOSOPHY AND DESIGN INTENT (25%): In the lead designer's words, (maximum of two (2) single-sided pages) state the parameters the lead designer will apply to the challenges of: designing a major expansion project for a U.S. Courthouse within the context of an existing Federal campus; meeting Federal standards, codes and regulations; addressing sustainable design goals and environmental responsibility; managing work at the occupied buildings/complex; and integrating new design into existing systems and infrastructure.

(3) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three (3) single-sided pages) including education, professional experience and 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 design excellence. Address the lead designer's participation in each project. If a single designer, submit a portfolio of up to three (3) projects completed in the last ten (10) years (maximum of five (5) single-sided pages per project). If the lead designer is a team, submit graphics and a description of up to two (2) 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 and peer recognition that demonstrate design excellence. Where there is duplication with criteria (1) Past Performance on Design, the lead designer shall address the lead designer's participation in the project.

STAGE II - Lead Designer-A/E Team Interviews

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, the date that these submittals are due, and provide the selection criteria for the interviews along with the Stage I shortlist announcement. GSA may schedule an outreach session after the short list has been released to allow for maximum subcontracting opportunities.

After receipt of the shortlisted submissions, the A/E Evaluation 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 shortlisted lead designer-A/E teams.

SMALL BUSINESS PARTICIPATION REQUIREMENTS

This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $8,000,000 in average annual receipts over the last three (3) years) shall be required to submit and negotiate an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small business 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).

The resultant contract is being procured in accordance with the Brooks Act (Public Law 92-582) and FAR Part 36. GSA will not allow payment for travel, living expenses, computer time or internet connections for the prime or the consultants during the selection process. This notice is not a request for proposals.

PRE-SUBMITTAL MEETING

GSA will hold a pre-submittal meeting on Tuesday, December 14, 2021 starting at 1:00 PM Eastern Time. The meeting will be virtual. The purpose of the pre-submittal meeting is to clarify the Design Excellence process and the nature of the project. A formal agenda will follow in an amendment to this announcement. There will be a small business networking session that will take place during Stage II of the selection process and is intended to provide opportunities to small businesses and larger AE firms to assist in achieving subcontracting goals. More information on the small business session will be provided with the announcement of the shortlist.

All interested parties are required to submit contact information for attendees to Winnie Eng, Contracting Officer, at winnie.eng@gsa.gov by 3:00 PM Eastern Time on December 9, 2021. Please include the name, company, job title, telephone number and email address of each attendee.

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 RFQ) along with letter of interest and the portfolio to:

Contracting Officer:

Winnie Eng

winnie.eng@gsa.gov

ALL SUBMISSIONS ARE DUE by 3:00 PM Eastern Time on January 14, 2022.

Deadline for all Requests For Information will be 3:00 PM Eastern Time on January 7, 2022.

Only electronic proposals will be accepted. Paper copies will not be accepted. The electronic copy shall be submitted as a PDF file via email to the Contracting Officer. If sending multiple emails, all emails and attachments must be received before the closing date and time in order to be considered timely. Late responses will not be accepted.

For informational purposes: All offerors are required to have an active registration in SAM (www.sam.gov) at the time of offer submission.

If you have questions regarding this procurement please contact Winnie Eng, Contracting Officer, via email at winnie.eng@gsa.gov.

Background
The Architect-Engineer (A|E) Services for a New U.S. Courthouse Annex Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse in Hato Rey, PR has been awarded to Davis Brody Bond +STV, located at One New York Plaza, Suite 4200, New York, NY 10004.

Work Details
The contract involves providing Architect-Engineering (A/E) Services for a New Courthouse Annex Project at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse in Hato Rey, PR.
The scope of work includes design and engineering services for the new courthouse annex project.

Place of Performance
The construction projects will be performed at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse in Hato Rey, PR.

Overview

Response Deadline
Jan. 24, 2022, 3:00 p.m. EST (original: Jan. 14, 2022, 3:00 p.m. EST) Past Due
Posted
Nov. 30, 2021, 5:16 p.m. EST (updated: June 27, 2022, 7:03 p.m. EDT)
Set Aside
None
Place of Performance
San Juan, PR 00918 United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Likely Fixed Price
On 11/30/21 PBS Region 2: Northeast and Caribbean Region issued Solicitation 47PC0321R0013 for Architect-Engineering (A/E) Services for a New Courthouse Annex Project at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse, Hato Rey, PR due 1/24/22. The opportunity was issued full & open with NAICS 541310 and PSC C1AA.
Primary Contact
Name
Natalia Lugo-Vina   Profile
Phone
(347) 331-6783

Secondary Contact

Name
Winnie Eng   Profile
Phone
None

Documents

Posted documents for Solicitation 47PC0321R0013

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation 47PC0321R0013

Award Notifications

Agency published notification of awards for Solicitation 47PC0321R0013

Contract Awards

Prime contracts awarded through Solicitation 47PC0321R0013

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PC0321R0013

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PC0321R0013

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
Dec. 31, 2022
Last Updated By
natalia.lugo-vinacruz@gsa.gov
Archive Date
Dec. 31, 2022