The RFP Database
New business relationships start here

A-E Services for the Frank E. Moss Courthouse Seismic Upgrades and Modernization


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

 

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY.  THIS IS NOT A REQUEST FOR OFFERORS OR PROPOSALS.  THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT.  INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITING OFFERS. 


The General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Office of Design and Construction is conducting a market survey and is seeking competent and qualified Architect-Engineering (A-E) firms to provide A-E services for the historic Frank E. Moss Courthouse Seismic Upgrade and Modernization project located in Salt Lake City, Utah. 


GSA is seeking highly qualified firms with design experience for projects which included; 1) historic preservation, 2) seismic upgrades, and 3) phasing of multiple tenant design packages.



The magnitude of construction is estimated to be more than $75,000,000.

SCOPE OF SERVICES


The scope of services is for A-E services to improve the seismic performance of the Frank E. Moss US Courthouse, preserve significant aspects of this historic structure, backfill the asset with federal agencies located in the Salt Lake City metropolitan area, and modernize building systems to create an efficient, and comfortable working environment.


The impetus for this project is to; 1) seismically upgrade the Frank E. Moss Courthouse in accordance with the February 2, 2016 Executive Order 13717 Establishing a Federal Earthquake Risk Management Standard, 2) modernize building systems that are at the end of their useful life, 3) back-fill tenant space with federal agencies (tenant improvements), 4) while preserving and rehabilitating significant historic spaces. 


The project's minimum target is LEED Gold Certification, however the goal is LEED Platinum Certification.


The design shall maximize space utilization for the agencies, creating an advanced and modern work environment.  The design team will be responsible for ensuring delivery of a high performing building that employs a whole building design approach which maximizes the building's original construction and inherent characteristics to drive efficiency cost effectively.  The A-E will strive to deliver an award winning project which embraces the ethos of design excellence, balances the preservation and advanced technology, and exhibits a high degree of ingenuity and creativity.


This project will address the seismic deficiencies and impacted systems to bring the Moss courthouse within the standards outlined in Executive Order 13717 using a shear wall solution.  As a part of the building modernization, the project will include:

Historic Preservation:  The Frank E. Moss Courthouse is listed on the National Register of Historic Places and as such the design team shall adhere to the Secretary of the Interior's Standards for the Treatment of Historic Properties.  As the following work items are designed, the impact on significant historic attributes as well as the opportunity for preservation and rehabilitation should be considered.

HVAC - Provide new boiler in adjacent district court building to serve Moss Courthouse, install new hot water supply/return piping between courthouses with new hydronic pumps, replace building exterior wall perimeter heating system, upgrade HVAC control system, upgrade air handling units and supply/return air ducts systems, upgrade exhaust system, install seismic bracing.

Electrical - Upgrade main electrical service and branch distribution, replace all obsolete switchboards, replace emergency generator, upgrade grounding system, ground all receptacles, replace light fixtures and connect to new master lighting control panel, provide electrical circuits, connections, and disconnects for all new HVAC equipment, provide new lightning protection system, seismically brace all electrical equipment.

Plumbing - Upgrade and reconfigure main water distribution in basement, upgrade domestic water piping system throughout building, upgrade domestic hot water system, move water heaters away from new shear walls, upgrade waste and vent systems, upgrade all plumbing fixtures, install seismic bracing.

Fire Detection and Suppression - Provide new fire sprinkler system, provide new fire alarm system, seismically brace all system components as necessary.

Communications - upgrade telecommunications systems and raceways, seismically brace raceways.

Abatement - Abate hazardous material during demo.

ABBAS compliance upgrades - New toilet accessible rooms, upgrade existing toilet rooms, modify stairways for ABBAS compliance, modify fire extinguisher cabinets, modify door hardware, modify 5th floor lobby ramp and add handrails, modify main entrance security screening, provide movable ramps for courtrooms, modify drinking fountains.

Roof - repair copper roofing and gutters, replace missing snow retention devices, replace membrane roofs, provide pavers where necessary, and upgrade roof drainage system.

Elevator - Modernize existing traction elevators 1, 2, & 3, replace hydraulic elevator 4.

Exterior - Restore/Clean/Repair exterior walls, repair fall hazard from existing tarra cotta, repair fall hazard from existing metal soffit panels, replace lead flashing, replace exterior windows, repair exterior doors, upgrade lighting and signage, repair paving and landscaping, install new security barriers and planters

Backfill and Tenant Improvements: In addition to these building systems items, tenant build out will be part of this scope.

Swing Space: The intent is to execute the seismic modernization and backfill of the Frank E. Moss Courthouse with the building vacated.  This project will design and construct temporary swing space at the Wallace F. Bennett Federal Building also located in Salt Lake City, UT.


PROJECT OBJECTIVES

Design and execute the renovation of the building within the timeframe and budget limits established by the Government, minimizing cost and optimizing life-cycle cost to the facility.

 

Structurally stabilize the building to ensure the safety of the building's occupants in a seismic event in accordance with the February 2, 2016 Executive Order 13717 Establishing a Federal Earthquake Risk Management Standard.


Prepare and issue multiple bid packages to the CMc in order to ensure the project schedule is met and construction proceeds in a logical sequence and at a pace that maximizes cost efficiency.


Achieve at a minimum LEED (Leadership in Energy and Environmental Design) Gold certification, yet strive for LEED Platinum Certification.


Implement an organized approach to stacking, adjacencies, and procession through the building.

 

Provide a facility that is accessible and usable by all.


Promote efficient space utilization throughout the building.


Renovate the building in a manner consistent with the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings (Standards), the Historic Structure Report (HSR), the Building Preservation Plan (BPP), and prevailing applicable codes.


Design a facility with flexible infrastructure capable of adapting to changing technology.


Design the renovation of the building in accordance with GSA Facilities Standards for the Public Building Service (P-100).


Implement all programmatic requirements of the agency's within their suite.  Where program requirements impact other objectives, such as energy efficiency, work with the agencies to find a solution which meets their needs but does not compromise on the overall project goals.


PROCUREMENT


Note: the GSA has chosen the delivery method known as Construction Manager as Constructor (CMc) for construction services.


The A-E design services will be a competitive, firm-fixed price contract utilizing FAR Part 36, A-E Services and the Brooks Act. 


An award is anticipated during the month of August 2020 with services commencing shortly after. 


The North American Industry Classification System (NAICS) code for this procurement will be 541310 - Architectural Services.  The Small Business Size Standard is $7.0 million.  (revised 09/16/2019)


CAPABILITY STATEMENT


Respondents capable of performing the above services shall provide a general capabilities statements no more than 10 pages in length.  Capabilities statements shall include the following information:


Criteria 1: provide company name, DUNS number, company address, point of contact name, phone number, and email.


Criteria 2: provide company business size based on NAICS code 541310 for Architectural Services.  Also provide the business type (i.e. Large Business, Small business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners, and/or potential teaming partners.  (revised 09/16/2019)


Criteria 3:  A positive statement of your intention to propose as a prime contractor on any solicitation that may be released as a result of this sources sought notice.


Criteria 4:  Demonstration of successful performance and design of no more than three (3) projects performed within the last five (5) years that are of comparable size, complexity, and scope to the Moss Seismic Upgrades and Modernization scope.  To demonstrate comparable size, complexity and scope interested respondents shall include the following: 

1. Project name

2. Project owner

3. Total gross square feet of project

4. Total construction dollar value

5. Describe the historical components of project

6. Describe the seismic components of the project

7. Describe work involving multiple bid packages

8. Describe specific technical skills and the key personnel your company  possess to perform the work described above (specifically address both seismic and historic requirements). 


Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above.  All responses shall be submitted to Rhonda Widick at rhonda.widick@gsa.gov no later than 1:00 PM, MST, Monday, September 23, 2019.  Please reference "A-E Services - Moss Seismic Upgrades and Modernization" in any email response.


This sources sought notice is for informational and planning purposes only.  It does not constitute a solicitation and is not to be considered as a commitment by the Government.  A Contracting Officer's decision will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response.  All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award, all interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.


Rhonda Widick, Contracting Officer, Email rhonda.widick@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP