The RFP Database
New business relationships start here

Philadelphia Custom House Mechanical and Plumbing Renovation Design, Philadelphia, PA


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

PROJECT: Philadelphia Custom House Mechanical and Plumbing Renovation, Philadelphia, PA
BUILDING TYPE: Federal Office Building
HISTORIC STRUCTURE: Yes
CLIENT AGENCIES (PRIMARY): United States Customs and Border Protection (CBP)
SIZE: 565,000 GSF
BUDGET: Estimated Construction Cost at Award is $75,000,000 - $95,000,000
FUNDING: Available



GEOGRAPHIC LIMITATION: Per General Services Administration Acquisition Manual (GSAM) 536.602, in Stage II, the overall architect/engineering (A/E) design team will be evaluated based on the percentage of all required A/E contract services accomplished within 100 mile radius of Philadelphia, PA. As part of the Stage II evaluation, Geographic Location will be one of many evaluation criteria, not to exceed 5% of the total weight of all Stage II evaluation criteria. This factor will not be used in determining whether a firm is eligible to compete for the proposed project. In order to receive the maximum rating for this factor, the architect-engineer firm(s) must demonstrate that at least 35% of the architect-engineer contract services (based on the total contract price) will be accomplished within the hereby-designated general geographical area consisting of a 100 mile radius of Philadelphia, PA.


SMALL BUSINESS SET-ASIDE: No set-aside used. However, in accordance with Public Law 95-507 and Federal Acquisition Regulation (FAR) 52.219-9, should a large business receive award, the firm shall be required to provide subcontracting opportunities to small business concerns inclusive of those owned and controlled by socially and economically disadvantaged individuals in the performance of this contract. As part of its commitment to the socio economic initiatives of the Federal Government for this procurement, the U.S. General Services Administration (Mid-Atlantic Region) has established the following minimum subcontracting goals:

• 25.5% for Small Business
• 5.0% for Small Disadvantaged Business (SDB),
• 5.0% for Small Women-Owned Business,
• 3.0% for Small HUBZone Business,
• 3.0% for Small Service-Disabled Veteran-Owned Business


Through the preservation and modernization of a historic federal building, this project continues the legacy of outstanding public architecture. In accord with this tradition, the General Services Administration (GSA) 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 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-engineering 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. All projects will be LEED certified.


PROJECT DESCRIPTION
The United States Custom House, completed in 1934, was designed by Ritter and Shay, one of the principal early 20th century architectural firms in Philadelphia. The distinctive skyscraper, design with Art Modern and Art Deco detailing, provided Philadelphia, the nation's largest freshwater port, with a new building for this port of entry.


The seventeen-story tower blends into the neighboring three and four-story historic streetscape with a square three-story, limestone clad base from which rises a brick-clad tower in cruciform plan with a central vertical five-bay limestone face on each facade. These upper stories step back again in four sections


The building's domestic water piping has experienced multiple failures over the last five years. The building is a significant historical landmark containing multiple historic architectural and art installations that could potentially be irreparably damaged if another water release event was to occur.


The project will consist of a modernization of the HVAC system and major plumbing repair and upgrades. It will also include electrical, fire safety and BAS upgrades to accommodate these systems. It will incorporate sustainable design principles and innovative technologies. GSA intends for the building to be occupied for the duration of the design and construction project, with available swing space within the building for affected agencies during construction. This construction will be a Construction Manager as Contractor (CMc) delivery method.


The design will follow the Secretary of Interior's Standards for Rehabilitating Historic Buildings and Building Preservation Plan (BPP) guidance, respecting the existing historic character of the building while accomplishing the project requirements to maintain the integrity of the historic building at the same time that the design supports the needs of a modern building.


SCOPE OF WORK
The scope of professional services will require at a minimum: professional architectural, engineering, interior design, historic preservation and related consulting services for 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 (PCCS) for the construction of related building systems. The project is also to include GSA design standards for secure facilities; conformance to the P100 (Facility Standards for Public Buildings), including LEED certification, and customer agency requirements.


This building is listed on the National Register of Historic Places. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO) 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 buildings restoration or preservation zones identified in the Building Preservation Plan.


SELECTION PROCESS
This 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, 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 lead designer does not necessarily have to work for the A/E firm. The lead designer and AE firm are not limited to being an Architect. The selection team recognizes the integrated design principles used for the engineering of mechanical, electrical, plumbing, and controls, historic preservation, interiors, and phasing in an occupied historic building, as important project factors in evaluating the winning team.


A/E firms are advised that local participation will be evaluated in Stage II. In order to receive the maximum rating for the Geographic Location Stage II factor, at least 35% of the level of contract effort must be performed within the hereby-designated general geographical area consisting of a 100 mile radius of Philadelphia, PA. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II.


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 and leadership capabilities of the lead designer and design firm. In Stage II, shortlisted lead designer-A/E teams will submit the qualifications of the full design team, including team performance, organization, management plan, professional qualifications, geographic location, and the AE team will be interviewed.


Stage I
All Stage 1 proposals shall be submitted electronically to Stephen.Kohri@gsa.gov in an 8 ½" x 11" format (11"x17" for pages with large drawings is acceptable). If the file is too large to submit via email, you may mail a digital media copy (CD, DVD, Flash Drive, etc) to the address listed in the Request For Proposal (RFP). Mailed proposals must be received by the Government by the proposal closing date and time specified in the RFP. The assembled content for the Stage I portfolio shall be no more than the stated maximum page limits for each evaluation criteria. 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; 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 client and GSA will evaluate the submissions. The board will establish a shortlist of three to six firms.



A pre-proposal WebX conference call will be held during Phase 1 on October 2, 2019 at 1:00 PM EST. The call-in information is as follows:


https://meet.gsa.gov/r19q9x41mpf/


Dial telephone number:
USA: +1-8444194704
Conference Code: 6478807717



Submission Requirements and Evaluation Criteria (in descending order of importance):


(1)    PAST PERFORMANCE ON DESIGN: The A/E firm(s) will submit a portfolio of not more than five relevant projects completed in the last ten years (maximum of five pages per project). The narrative shall address the design approach with salient features for each project and discuss how the client's program, function, identity, mission, budget, schedule, and operational objectives were satisfied by the overall design/planning solution. Project narratives should comment on the relevance of submitted projects to the GSA project, including sustainability and energy conservation; modernization of HVAC and plumbing systems, work in historic buildings, protection of historic materials and art during construction, and phasing/move coordination in occupied buildings for multiple tenants with competing interests. This section of the submission should include tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, rendered views, or other appropriate drawings, and a minimum of two photographs must be included for each project. Design projects that have not yet been constructed may be submitted, but constructed designs will receive more favorable consideration.


(2)    PHILOSOPHY AND DESIGN INTENT: In the lead designer's words (maximum of two pages), as related to this project, state: the parameters of an overall design philosophy; their approach to the challenge of public architecture-engineering and related issues; commitment to integrated and sustainable designs and commitment to historic materials and art preservation. The statement should address the importance of leadership in the realization of successful projects. The statement should respond specifically to the background and objectives of this procurement.


(3)    LEAD DESIGNER PORTFOLIO: Submit a portfolio representative of the lead designer's ability to provide design excellence. Address his or her participation in each project. If a single designer/engineer, 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/engineer 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, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1) Past Performance on Design, the lead designer shall address his or her participation in the project. Lead designer is not limited to an Architect. The lead designer can be an engineer, historic preservation specialist, etc..and will be the individual leading the team to design the above mentioned project.


(4)    LEAD DESIGNER PROFILE: Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. Lead designer is not limited to an Architect. The lead designer can be an engineer, historic preservation specialist, etc.and will be the individual leading the team to design the above mentioned project.



Stage II
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 firm(s) 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 and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage I shortlist announcement. A Small Business Networking Session will be scheduled after a short list is announced, before the Stage II proposal is due.


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'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 Design team.


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 (dated not more than twelve (12) months before the date of this synopsis), along with a letter of interest and the portfolio to:


Contracting Officer: Stephen Kohri
Delivery Address: Stephen.Kohri@gsa.gov
Phone number: (215) 356-5457


ALL SUBMISSIONS ARE DUE by 4:00 PM EST on October 21, 2019
ALL QUESTIONS ARE DUE by 4:00 PM EST on October 8, 2019 to Stephen.kohri@gsa.gov.


All proposals shall be submitted electronically to Stephen.Kohri@gsa.gov. If the file is too large to submit via email, you may mail a digital media copy (CD, DVD, Flash Drive, etc) to the Contracting Office address listed below. Mailed proposals must be received by the Government by the submission due date and time specified above.
Late responses are subject to FAR 52.214-7.


SMALL BUSINESS PARTICIPATION REQUIREMENTS


This procurement is open to small and large business concerns. Services under this procurement fall under NAICS Code 541310, Architectural Services. The small business size standard is $7.5 million in average annual revenues. Before award of the contract, the A/E (if not a small business of $7,500,000 gross average receipts over a three (3) year period) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. 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. 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).


Contracting Office Address:
The Dow Building
100 S. Independence Mall West
Philadelphia, PA 19106
United States


Place of Performance:
Philadelphia Custom House
200 Chestnut Street
Philadelphia, PA 19106
United States


Primary Point of Contact:
Stephen Kohri
Contracting Officer
stephen.kohri@gsa.gov
Phone: (215) 356-5457


Contract will be procured under the Brooks Act and FAR Part 36. The government will not allow payment for travel, living expenses, computer time or hookups for the prime or the consultants during the selection process. This is not a request for proposals.



Stephen N Kohri, Contracting Officer, Phone 215-356-5457, Email stephen.kohri@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP