The RFP Database
New business relationships start here

A/E Design IRS Service Center Capital Project


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Base Notice: A/E Design IRS Service Center Capital Project

Notice Type: Combined Synopsis/Solicitation

Classification Code: C –Architect and Engineering Services

Agency/Office: GSA - Public Buildings Service (PBS)

Location: IRS Service Center: UT0036ZZ, Ogden, Utah



Description(s):

Region: 08 (Rocky Mountain)

City: Denver

State: Colorado

Contracting Officer: Jameson Hutton

Phone Number: (303) 236.1713



Project: IRS Service Center Capital Project

Building Type: Federal Office Building

Historical Structure: No

Client Agency: IRS

Size: 464,869 GSF on 60 Acre Site

Budget: Estimated Construction Cost at Award is $30,000,000-$40,000,000

Funding: Subject to the 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 A/E contract services will be accomplished within the Salt Lake City–Provo–Orem Combined Statistical Area

Small Business Set-Aside: No set-a side used.



Project Background:



This Statement of Work is for architectural and engineering (A/E) services for the existing General Services Administration (GSA) owned, single-story Department of the Treasury - Internal Revenue Service (IRS) Service Center building. The project site is approximately 60 acres and is located at 1160 N 1200 W Ogden, UT 84404.  The building was originally constructed in 1965-1966. It consisted of the South Building, including all areas south of the Central Atrium and the Administrative Area. During 1968-1969, the North Building was constructed along with the Mechanical Room extensions and the enclosed south dock and warehouse spaces. The following year the Health Center was completed. The area known as “Café West” and the exterior playground area were built in 1989-1990. The main entrance at Door “A” and the “Public Access entrance at Door “K” were added in 1992-1993. In 1994-1995, changes were made which extended the perimeter fence, added the north dock and mechanical room, constructed the west visitor’s security building and installed security access shelters at the drive entrances. The latest renovation in 2000 involved upgrading the Child Care Center. The IRS Main Building and property is not eligible for the National Register of Historic Places.

The IRS Service Center is one of three mission critical facilities for the IRS and is operational twenty-four hours a day, seven days a week. The agency’s short term plans are to consolidate another division of approximately 1,700 people into the building. The building also houses an American Federal Credit Union branch, Cafeteria Services and a GSA Child Care Center. GSA has determined that the proposed repair and alteration project is the best solution that will:  address critical needs, reduce future maintenance, improve life safety and efficiency, and minimize repair costs. Building deficiencies within this complex, as identified in the original feasibility study, currently exceed the funding allowed for this project. Reviewing the IRS’s work item list and helping the IRS and GSA prioritize that list will be a critical part of the design A/E’s pre-design services. A detailed list of the work items can be found in the feasibility study.

Scope of Work:

The scope of professional services will require at a minimum: professional architectural, engineering, pre-design program verification, 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 post-construction contract services for the interior and exterior construction. The project will also include GSA design standards for secure facilities, conformance to the P100 (Facility Standards for Public Buildings), BIM Guides 02, 07, and 08, and customer agency requirements.  The Construction Manager as Constructor (CMc) delivery method will be used to contract the construction of this project and will allow full collaboration between the design contractor and the CMc contractor throughout the design process.  The design contractor shall engage with the CMc early on in design, seeking their input on constructability, cost and phasing issues.

Selection Process:

This synopsis is a request for qualifications (RFQ) of A/E firms 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 A/E selection will be completed in two stages as follows: In Stage I, interested A/E firms will submit overall firm capabilities, including an organization chart, individual qualifications and experience of the proposed, integrated design team, identifying key personnel. Pursuant to Federal Acquisition Regulation (FAR) 36.602-3, the Board will establish a shortlist of at least three firms from those considered to be the most highly qualified. In Stage II, shortlisted A/E teams will submit additional information on their approach to this project, and will be interviewed by the board.

Submission Requirements and Evaluation Criteria:

Stage I

All documentation will be in an 8 1/2" x 11" format.  Submissions may be double-sided where feasible. Sufficient time will be provided for the A/E design firm to establish it’s team.  The submittal 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 Parts I & II, providing detailed information indicating each member of the design team, its designated key personnel and all outside consultant/subcontracting firms involved in the project and responses to the submission requirements and evaluation criteria listed below:

(1)  (30%)  Professional qualifications of the team necessary for satisfactory performance of required services to design modernization work in the following areas:  Seismic Bracing, Roof Replacement (400,000sf), Asphalt Parking Lot Replacement (700,000sf), HVAC Work, Electrical Upgrades, Fire and Life Safety Upgrades, Abatement, and TI work where Structural Bracing and MEP work disturb existing finishes.

(2)  (25%)  Specialized experience and technical competence in the type of work required as listed in Evaluation Criteria #1, designing multi-phased work in a fully occupied building, and working closely with a CMc contractor during design.  Additionally, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

(3)  (25%)  Past performance of the team on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules on similar size and scope projects.  Provide owner with point of contact information for three similar projects that the team has completed design services on.

(4)  (15%)  Capacity of the team to accomplish the work in the required time;  having adequate staff for all facets of design necessary for the work described in Evaluation Criteria  #1.

(5)  (5%) Location of the team in the general geographic area of the project and knowledge of the locality of the project; capability to quickly and efficiently respond to the needs of members of the team at the IRS Service Center in Ogden, UT. In order to receive the maximum score for this factor, the architect-engineer firm(s) must demonstrate that at least 35 percent of the architect-engineer contract services (based on the total contract price) will be accomplished within the geographical boundaries established for the project.

Stage II

GSA will interview each team. Shortlisted A/E firms should be prepared to discuss all aspects of the criteria indicated above and evaluation criteria as established for Stages I and II, and demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the A/E team's understanding of the unique aspects of the project, their specific design philosophy and approach for this project, project management process, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used to rank the 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 Parts I & 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: Jameson Hutton

Delivery Address:

U.S. General Services Administration Public Buildings Service Region 8, Rocky Mountain Region One Denver Federal Center P. O. Box 25546, Bldg 41, Room 240 Denver, CO 80225-0546

ALL SUBMISSIONS ARE DUE by 5:00PM Mountain Time on January 22, 2019.

A total of five (5) copies should be submitted. The following information must be on the outside of the sealed envelope 1) Project Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR 52.214-7.

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.





Jameson Hutton, Contracting Officer, Email jameson.hutton@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP