Connecticut Bids > Bid Detail

New Federal Courthouse in Hartford, CT

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159816948479932
Posted Date: Apr 2, 2024
Due Date: Sep 21, 2022
Solicitation No: 47PB0022NewHartfordCourthouse
Source: https://sam.gov/opp/cbb7f94c34...
Follow
New Federal Courthouse in Hartford, CT
Active
Contract Opportunity
Notice ID
47PB0022NewHartfordCourthouse
Related Notice
47PB0022NewHartfordCourthouse
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R1 ACQ MANAGEMENT DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 02, 2024 11:20 am EDT
  • Original Published Date: Jun 16, 2022 02:42 pm EDT
  • Updated Date Offers Due: Sep 21, 2022 03:00 pm EDT
  • Original Date Offers Due: Sep 21, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2024
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1AZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Hartford , CT
    USA
Description View Changes

AN AWARD WAS MADE TO MICHAEL MALTZAN ARCHITECTURE, A SMALL BUSINESS.



THE GOVERNMENT INTENDS TO NEGOTIATE AND AWARD THIS CONTRACT TO MICHAEL MALTZAN ARCHITECTURE OF LOS ANGELES, CA.





NEW COURTHOUSE IN HARTFORD, CT: ARCHITECT-ENGINEER SERVICES



REQUEST FOR STAGE I SUBMISSIONS



GSA Design Excellence Solicitation for Lead Design Architect C- Solicitation



Region: Region 1-New England



City: Hartford, CT



Contracting Officer: David Mark



Phone Number: (617) 531-9092



PROJECT: New Federal Courthouse in Hartford, CT



BUILDING TYPE: New Construction Courthouse



CLIENT AGENCY: US Courts, US Marshals Service, US Attorneys Office, United States Senate, GSA



SIZE: Approximately 280,000 GSF including 66 indoor secured parking spaces.



BUDGET: The estimated cost for construction of the new courthouse is between $180 million and $220 million.



FUNDING: Design Funds are currently appropriated.



GEOGRAPHIC LIMITATION: A/E firms are advised that at least 35% of the level of contract effort must be performed within 130 miles of downtown Hartford, CT.



SMALL BUSINESS SET ASIDE: This solicitation is being issued as “Unrestricted Full and Open.” No set-aside to small businesses is anticipated. If the successful offeror is a large business, GSA will require it to submit an acceptable Small Business Subcontracting Plan prior to award.



Continuing a legacy of outstanding public architecture, the 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.



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. The facility will be designed in imperial units.



This project will be LEED gold and SITES silver certified at a minimum.



PROJECT DESCRIPTION



The project is for the design of a new federal courthouse in Hartford, CT. Currently, Court operations are conducted in the A.A. Ribicoff Federal Building and Courthouse in Hartford, CT, as well as in two additional federal courthouses in Connecticut: the Richard C. Lee Courthouse in New Haven and the Brien McMahon Federal Building and U.S. Courthouse in Bridgeport. The A/E shall design a new courthouse that will contain approximately 281,000 gross square feet of office, storage, and special use space and 66 indoor parking spaces. This facility is to be designed to accommodate all court functions, 11 specific court rooms with 18 separate chamber facilities, US Court of Appeals, US District and US Bankruptcy Courts, US Probations and Pretrial Offices, the US Marshals Service (USMS) and space for the US Attorneys Office (USAO) and Congressional suite.



The proposed site for the new project is currently in selection and will consist of a parcel of land that will be in the range of 2-5 acres located in the City of Hartford or its metropolitan area. This new project will call for the design of a new federal courthouse of outstanding quality and value in accordance with GSA’s Guiding Principles of Federal Architecture and Design Excellence Program. The goals of this project will be as follows:




  1. Design a new federal courthouse of outstanding quality and value in accordance with GSA’s Guiding Principles of Federal Architecture and Design Excellence Program.

  2. Create a facility that becomes a respected landmark within Downtown Hartford.

  3. Design the new courthouse to contribute to the community and be capable of servicing the community quickly and efficiently.

  4. Deliver a project within the project schedule and budget while complying with GSA P100, US Courts Design Guide and USMS P64.

  5. Ensure the facility meets the future needs of the US Courts, USMS, GSA, USAO, FPD and a Congressional Office in the areas of functionality, operation, security, circulation and efficiency.

  6. Construct a facility that will be cost-effective to operate and maintain.

  7. Design and construct a new courthouse to express the dignity and vision of the District of Connecticut.

  8. Use materials which will express the purpose of the institution and last the intended life of the new courthouse.

  9. Provide the public, jurors, judges and staff with an inviting and commodious experience when working and/or visiting the new courthouse.

  10. Design a new courthouse which will allow for judges to move freely and safely to all the courtrooms and have a collegial work environment.

  11. Provide the court staff office spaces with natural light and communal work areas.

  12. Create outdoor areas which can be used daily by the court and public or for special events.



Depending on availability of funds, GSA intends to award a Construction Manager as Constructor (CMc) contract before the beginning of the design development phase. The CMc will work hand-in-hand with the Contractor in order to assess constructability of the design as well as provide input and costing throughout the design development and construction document phases. The estimated project duration for design is estimated at twenty-four (24) months, with construction taking thirty-six (36) months.



SCOPE OF WORK



The scope of professional services will require at a minimum: professional architectural, landscape architectural, engineering, interior design, 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), and post-construction contract services (PCCS) for a new federal courthouse that includes the construction of a new building and related systems, secured parking, and site development. The project is also to include GSA design standards for secure facilities; conformance to the P100 (Facility Standards for Public Buildings), including LEED and SITES certification; and customer agency requirements.



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, 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 lead designer will also be involved in commissioning an artist or artists for this project and in assisting with the successful integration of work(s) of art into the architectural design.



A/E firms are advised that at least 35% of the level of contract effort must be performed within 130 miles of downtown Hartford, CT. 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 capabilities of the lead designer and design firm. In Stage II, shortlisted lead designer-A/E teams will be interviewed.



Stage I



All documentation shall be printable in an 8 1/2" x 11" format with a minimum 10 point text font size. No hard copies are required; A reproducible electronic copy of all submitted material shall be provided via email to david.mark@gsa.gov. 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 consisting of a private sector peer and representatives of the client and GSA will evaluate the submissions. After review of the submitted material, the selection 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 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, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects similar to the size and scope of the Hartford Federal Courthouse. This section of the submission should include tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and should provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of two 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; his/her approach to the challenge of public architecture and related issues that would be seen in similar type public building projects.



(3)LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three 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 his or her 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, 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.



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 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 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, the portfolio TO, and all other Stage I Submission requirements to:



Contracting Officer: David Mark



Delivery Address: Email to david.mark@gsa.gov



Phone number: (617) 531-9092



ALL STAGE 1 SUBMISSIONS ARE DUE by 3:00 PM EASTERN DAYLIGHT TIME ON WEDNESDAY, SEPTEMBER 21, 2022. SHORTLISTED FIRMS WILL BE NOTIFIED OF THE STAGE II SUBMISSION DUE DATES ONCE THE SELECTION PROCESS IS COMPLETE. THOSE FIRMS NOT MAKING THE SHORTLIST WILL ALSO BE NOTIFIED.



A total of one (1) reproducible electronic copy should be submitted with a minimum 10 point text font size. The electronic copy may be submitted by email to david.mark@gsa.gov. All submitted materials must be clearly marked with the following information: 1.) solicitation number/title, 2) due date, 3) closing time. Late responses are subject to FAR 52.214-7.



The Contract will be procured under the Brooks A/E Act, FAR Part 36, and GSAM Part 536. 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.



PRE-SUBMITTAL MEETING



A virtual pre-submittal meeting for private-sector professionals interested in this project will be held on Monday, June 27, 2022 at 3:00 PM EDT. To register for this meeting please email david.mark@gsa.gov. The Contracting Officer will send a calendar invitation to registrants. The purpose of this meeting is to clarify the Design Excellence process, the application process, and the nature of the project. At the meeting, it should be stressed that the lead designer can be an individual or a collaboration among individuals.



Only Stage I submissions are being requested at this time. For more information on the GSA Design Excellence Program, please visit gsa.gov/design excellence.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >