Similar Projects
Sandusky Justice Center
New Construction
Conception
$9,200,000 est. value
Sandusky, OH 44870

Justice Center Building Construction
New Construction
Conception
Jefferson, OH

Medina Courthouse
New Construction
Design
$38,500,000 est. value
Medina, OH 44256

New City Building
New Construction, Renovation, Demolition - 31,000 SF
Design
$11,000,000 est. value
Bowling Green, OH 43402

EPJ Accessibility Resource and Testing
LEED Certification, Renovation
Bidding
$478,500 CJ est. value
Batavia, OH 45103

RFP Design - Design and Construction Admin Services for Facility Renovations and HVAC
Renovation
Bidding
$8,000,000 CJ est. value
Dayton, OH 45402

Municipal Service Center Phase 2 Renovations
Renovation - 12,125 SF
Post-Bid
$2,545,000 est. value
Upper Arlington, OH 33701

Justice Center
New Construction - 65,000 SF
Post-Bid
$30,000,000 est. value
Hamilton, OH

Clark County Municipal Court Building Renovations
Renovation
Results
Less than $750,000 est. value
Springfield, OH 45502

Construction Manager at Risk Contract
Renovation, Addition
Results
$10,890,933 est. value
Bowling Green, OH 43402

Board of Elections Office
Renovation
Pending Verification
$250,000 est. value
Warren, OH 44484

RFQ D/B - Cuyahoga County Corrections Center Project
New Construction, Infrastructure, Renovation
Pending Verification
$550,000,000 CJ est. value
Cleveland, OH 44113

Court Services Getz Building Renovations
Renovation
Conception
Massillon, OH

Building Renovations and Additions
Renovation
Design
Lakemore, OH

Butler County Historic Courthouse Facade and Roof Repair Phase II
Renovation
Bidding
$60,000 CJ est. value
Hamilton, OH 45011

Last Updated 11/24/2022 12:06 AM
Project Title

RFP D/B - Design-Build for the Potter Stewart U.S. Courthouse Elevator Modernization

Physical Address View project details and contacts
City, State (County) Cincinnati, OH 45202   (Hamilton County)
Category(s) Government/Public, Green Building
Sub-Category(s) Capitol/Court House/City Hall, LEED Certified
Contracting Method Design-Build Firm to Subcontract, Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected June 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The short-listed teaming firms advancing to Phase II of this solicitation are as follows: Nichols Contracting, Inc./Alphatec PC IAP Design-Build, LLC/Stantec Architecture, Inc.The General Services Administration (GSA) Design Excellence Program seeks to commission architects, engineers, and construction professionals to maintain and modernize our legacy federal buildings for the next 50 to 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, cost, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian federal employees. In this context, GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation or Executive Order, all facilities will meet performance targets and security requirements. The GSA intends to award a Design-Build (DB) contract for the modernization of the existing historic Potter Stewart U.S. Courthouse elevators located in Cincinnati, OH, pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures (FAR Subpart 36.3). The Potter Stewart U.S. Courthouse is a historic building, located on one city block between Walnut and Main Street on 5th Street in Cincinnati, Ohio. It is on the National Register of Historic Places. The courthouse is home to several court systems, judicial offices and government administrators. The eight passenger elevators were installed by Warner Elevator Company in 1937. They were renovated and modernized in 1992 by General Elevator Company. As part of the renovation the machine room control panels, car and hoistway door equipment, pushbuttons and wiring were replaced. Some of the equipment is original and has been in service for 70+ years. The elevator hoist machines and motor generator sets have exceeded their useful life and require replacement. The contract will be awarded for a firm fixed-price for the design-build services. This project will utilize the Design-Build (DB) delivery method, with the DB contract procured by competitive negotiation using a two-phase design-build selection procedure (FAR 36.2). A single DB contract will be issued for a revised design concept submission, Design Development Phase and Construction Documents Phase services, as well as all construction work and any/all required specialty construction work. For this contract award process, GSA will issue a Solicitation consisting of Phase I and Phase II, respectively. The purpose of Phase I (the request for qualifications) is to select the most highly qualified Offerors from Phase I to participate in Phase II (the request for proposals). At the conclusion of Phase I, GSA will invite the Short-Listed Offerors to submit Phase II proposals. Phase II proposals will require submission of technical and price proposals, which are evaluated separately in accordance with FAR Part 15. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase I "short-list" on SAM.gov. Maximum number of short-listed Offerors: A maximum of three (3) Offerors will be selected to proceed to Phase II. At the conclusion of Phase II, GSA intends to award a contract to a single Offeror for all design and construction services. This contract will be a full and open procurement, available to both large and small business firms. As part of the Phase II proposal, large business Offerors will be required to submit an acceptable small business subcontracting plan in accordance with FAR Part 19.7. The Request for Qualifications will be issued electronically on or about September 12, 2022 at http://www.SAM.gov. A Pre-Proposal meeting will be held on or about September 21, 2022, at 1:00pm at the Potter Stewart U.S. Courthouse, in Cincinnati, OH. Prospective attendees are required to submit an RSVP form, which will be included in the solicitation package, to the GSA Contracting Officer, Anna Vanko, via e-mail at anna.vanko@gsa.gov. Call in reservations will not be accepted. This meeting is intended to review the scope of the project and the submittal requirements. Please note, if Hamilton County Ohio is listed as a High Transmission area for Covid-19 at the time of the PreProposal Conference, (status may be checked here: https://www.cdc.gov/coronavirus/2019-ncov/your-health/covid-by-county.html), masks will be required while inside the Potter Stewart U.S. Courthouse, and must be worn at all times. Masks must be provided by the attendee. Proposals are due no later than 2:00pm Eastern Time, on Tuesday, October 18, 2022. The Project This project is for the design and construction of modernized elevator systems, which have reached the end of their useful life, in the existing historic Potter Stewart U.S. Courthouse in Cincinnati, OH. The Potter Stewart U.S. Courthouse is a historic building, located on one city block between Walnut and Main Street on 5th Street in Cincinnati, Ohio. It is on the National Register of Historic Places. The courthouse is home to several court systems, judicial offices and government administrators. The building has completed two prospectus projects over the last 15 years, however many of the proposed elevator upgrades were deferred to the future after an evaluation in 2006. A concept design report which evaluated the condition of all the building elevators was completed in January 2006. The eight passenger elevators were installed by Warner Elevator Company in 1937. They were renovated and modernized in 1992 by General Elevator Company. As part of the renovation the machine room control panels, car and hoistway door equipment, pushbuttons and wiring were replaced. Some of the equipment is original and has been in service for 70 years. The elevator hoist machines, and motor generator sets have exceeded their useful life and require replacement. Motor generators have been considered obsolete in the elevator industry for over 20 years. The main service elevator was installed in an existing shaft and renovated by Armor Elevator Company in the 1970's and then renovated again in 1992 by General Elevator Company. The renovation included the machine room control panel, hoist machine, motor generator set, car and hoistway door equipment, pushbuttons, and wiring. Most of the original equipment has been upgraded or replaced. The elevator hoist machine and motor generator reached the end of their useful life in 2018. I.B. the Solicitation and Contract (1) This procurement is being conducted using the two phase selection process found in FAR 36.3. Qualification proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. One contract will be awarded using competitive negotiation. In Phase 1, GSA will select a short list of the most highly qualified offerors and request that those offerors submit Phase 2 proposals. All responsible sources may submit a Phase 1 proposal. A maximum of 3 firms will be selected to submit Phase 2 proposals. Only those selected offerors are authorized to submit Phase 2 proposals. Those offerors not selected for participation in Phase 2 will be notified in accordance with FAR 15.503(a). In Phase 2, Offerors may submit a price proposal subject to the Project Labor Agreement (PLA) requirements set forth in the Phase 2 solicitation (a PLA proposal), a price proposal not subject to the PLA requirements set forth in the Phase 2 solicitation, or both. Any price proposal submitted in Phase 2 shall clearly identify whether it is subject to such PLA requirements. (2) This Solicitation sets forth requirements for Phase 1 qualifications proposals and the evaluation factors for Phase 2 proposals for a Contract to construct the Project. Proposals conforming to the Solicitation requirements will be evaluated in accordance with the Method of Award set forth herein. The Government will award the Contract to the selected Offeror, subject to the conditions set forth herein. Questions Regarding Phase 1 Submit all questions regarding the Phase 1 to the Contracting Officer on or before close of business on October 7, 2022. Any responses provided by GSA will be posted on the Governmentwide Point of Entry (GPE) as an Amendment to the Solicitation.Completed PPQs should be submitted directly to the Contracting Officer. Ensure correct phone numbers and email addresses are provided for the client point of contact. Offerors should follow-up with clients/references to ensure timely submission of questionnaires. All completed Past Performance Questionnaires shall be submitted via email to anna.vanko@gsa.gov prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other RFPs. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents