Skip to main content

An official website of the United States government

You have 2 new alerts

Design of Court Security Project (CSP) Hattiesburg, MS

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

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Nov 01, 2023 07:22 pm EDT
  • Original Published Date: Aug 11, 2023 06:04 pm EDT
  • Updated Date Offers Due: Sep 12, 2023 02:00 pm EDT
  • Original Date Offers Due: Sep 12, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Sep 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C1AA - ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Hattiesburg , MS 39401
    USA

Description

UPDATE: The following firms have been selected to be on the short list and progress to Stage 2 of this selection process:

(In no particular order)

TTV Architects, Inc.

Duvall Decker

Krueck Sexton Partners

Amendment 01 - August 31, 2023: The purpose of this amendment is to provide answers to the questions which have been received. The answers are provided by the GSA, attached to this amendment via PDF.

REPAIR AND ALTERATION PROJECT

GSA Solicitation for Design & Engineering Services Architect-Engineer Services Public Notice Solicitation# 47PE0323R0004

Set-Aside: Total small business set aside

Region: 04, Southeast Sunbelt Region

City: Hattiesburg

State: MS

Contracting Officer: Joshua Norris Phone Number: (205) 215-5594 Email: joshua.norris@gsa.gov

PROJECT: William M. Colmer Federal Building and U.S. Courthouse, Hattiesburg, MS Capital Security, Repair, and Alterations Project

BUILDING TYPE: Federal Building and U.S. Courthouse

CLIENT AGENCY: United States District Court, United States Bankruptcy Court, United States Marshals Service

SIZE: 60,000 GSF

BUDGET FOR CONSTRUCTION: Approximately $27M which includes design services, Management and Inspection (M&I) and Construction costs

PROJECT DESCRIPTION

The General Services Administration (GSA) intends to design and renovate the existing William M. Colmer Federal Building and U.S. Courthouse (Colmer FB-CT) to address known security deficiencies, aging building systems, and deteriorating building envelope.

The project site is located at 701 North Main Street, Hattiesburg, MS 39401. The Colmer FB-CT, constructed in 1974, is a three-story (plus basement) new formalist federal building, has approximately 60,000 usable square feet, and is eligible for the National Register of Historic Places. The building serves the U.S. District Court for the Southern District of Mississippi, the U.S. Bankruptcy Court for the Southern District of Mississippi, U.S. Probation and Pretrial Services, U.S. Marshals Service, the Internal Revenue Service, among other tenants.

SCOPE OF WORK

The GSA intends to design and renovate the existing Colmer FB-CT to improve physical security as identified in the Administrative Office of the U.S. Courts September 2020 Capital Security Program (CSP) Study, repair the deteriorating building envelope, and upgrade multiple building systems. Specifically, the project will include but may not necessarily be limited to, the following:

  • Improved physical security addressing security-related deficiencies.
    • New secured judge’s parking garage
    • New U.S. Marshals Service vehicle sallyport
    • New detention grade prisoner elevator
    • New courtroom holding cells.
    • Improved circulation paths for the public, improved restricted circulation for judiciary, and improved secured circulation for prisoner movement and transport.
    • Repurpose existing elevator as a dedicated secured Judge’s elevator.
  • Improved building security
    • New primary Public Entrance screening station with ballistic enclosure.
    • Upgraded perimeter Video Surveillance System (VSS)
    • New Intrusion Detection System (IDS)
    • New GSA Enterprise Physical Access Control System (E-PACS) system
  • Fire and Life Safety Improvements
    • Fire Alarm System
    • Fire Protection System
  • Renovation and Upgrade Building Systems
    • Conveyance Upgrades
    • Associated HVAC, electrical, and plumbing systems additions and upgrades.
  • Demolition of hazardous materials and abatement as needed to support project objectives.
  • Repair deteriorating building envelope including new energy efficient windows.
  • Interior finish upgrades including public restrooms.
  • Architectural Barriers Act Accessibility Standards (ABAAS) upgrades

The proposed project delivery method is Construction Manager as Constructor (CMc). The building will remain fully occupied and operational during this project. A more detailed scope of work will be issued as part of the Request for Price Proposal to the most qualified firm.

SELECTION PROCESS

This is a Request for Qualifications (RFQ) of A/E Firm interested in contracting for this work who are Small Businesses as defined by the Small Business Administration. 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 NAICS code for this procurement is 541310 and the Small Business Size Standard is

$12.5M.

The A/E selection will be completed in two stages utilizing the Brooks Act Qualifications based procedures.

In stage I Interest A/E firms will submit portfolios for evaluation by the Evaluation Board to the Contracting Officer electronically as outlined below. The Evaluation Board will review and evaluate portfolios received in accordance with the evaluation factors included in this announcement. The Evaluation Board will establish a short list of at least the top three ranked and no more than the top six firms. Those short listed firms will be invited to proceed to stage two.

In Stage Two, the Evaluation Board will be evaluating the project specific design teams, how they are organized, how they work with clients, and the lead designer’s priorities and strategies for addressing the project in accordance with the factors outlined in the solicitation. Stage Two submissions may be supplemented with interviews. Short listed firms should be prepared to attend interviews at the project site in Hattiesburg, MS. It is expected, at a minimum, that the key members of the project team attend the interview. The Evaluation Board will make a recommendation to the Selection Authority who will determine the most qualified firm. That firm will be invited by the Contracting Officer to submit a firm fixed price proposal to complete the scope of work for design services.

Stage One

The Stage One submission will be submitted as a single PDF attachment electronically to the Contracting Officer at joshua.norris@gsa.gov by the date and time indicated below. Only submissions received from Small Business firms as defined by the Small Business Administration will be considered.

Stage One submissions will be evaluated based on the following factors:

  1. DESIGN FIRM PAST EXPERIENCE ON SIMILAR PROJECTS: The A/E Firm will submit a portfolio of at least three but not more than five projects completed in the last ten years (maximum of three pages per project) similar in nature to the William M. Colmer Federal Building and U.S Courthouse Security, Repair and Alterations Project. The narrative shall address the design approach with salient features for each project and discuss how the client’s program, function, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. The narrative should comment on the relevance of submitted projects to this project, including work in federal buildings, physical security, phasing plans, building envelope, building systems, and historic renovations. The narrative should comment on the project delivery method. Demonstrated experience with Construction Manager as Constructor (CMc) method may be rated more favorably. Provide a client reference contact for each project, including name, title, address, email, and phone number(s) as well as photos for each project.
  2. PAST PERFORMANCE: There is no submission requirement for this factor. The Government will evaluate the firm’s past performance by any means deemed appropriate by the Contracting Officer including surveying the Contractor Performance Assessment Reporting System (CPARS) and other databases as well as current and/or past clients. Firms with no past performance history will be rated neutral.

Stage Two

The short-listed 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 shortlisted firms to establish their team. Specific stage II submission instructions will be provided to the shortlisted firms.

Stage two submissions will be evaluated based on the following evaluation factors:

  1. TEAM ORGANIZATION AND MANAGEMENT PLAN

Provide a clear and efficient organizational chart delineating the team structure including sub-consultants, roles, responsibilities, lines of authority, coordination, and communication. The management plan should outline a process for establishing quality control and commitment to quality control standards while designing within budget and schedule limitations. The plan should also identify the physical location of major design and production work, the coordination plan for consultant work, and for work produced in remote offices. Plan should outline how the team will go about completing the design of this project with particular attention to how the design team will interface and work with the CMc.

The written submission for this factor is limited to five pages of narrative along with a one-page organizational chart.

       2. TEAM QUALIFICATIONS

Provide a one-page resume for each key team member outlining their specific skills and experience that are relevant to this project. Team’s demonstrating experience with United States Marshals Service (USMS) Publication 64, the U.S. Court’s Design Guide, and the GSA P-100 may receive more favorable consideration. Indicate whether the individual worked on any of the projects submitted as part of the stage one submission and to what extent. Provide a summary crosswalk similar to the organizational chart which outlines which specific team members have worked together previously, on what projects, and in what capacities.

The written submission for this factor is limited to one page per key team member and a two-page summary crosswalk. It is up to the offeror to determine who they consider to be key team members.

       3. GEOGRAPHIC LOCATION (5%)

In order to receive full credit for this factor, the A/E team must demonstrate capability to perform 35% of the contract effort within a 500-mile radius of the project site.

The written submission for this factor is limited to a single page outlining where (town/state) various parts of the contract effort will be performed and how this meets this factor.

In addition to the written submissions for stage two outlined above, the offeror’s submissions will be supplemented by an in-person interview held at the project site in Hattiesburg, Mississippi. The interview will last 90 minutes and will consist of a presentation by the offeror supplementing their written submissions for the technical factors outlined above along with a question-and-answer period. Further details about the onsite interviews will be communicated to the shortlisted firms at the onset of stage two.

ALL STAGE ONE SUBMISSIONS ARE DUE by 2:00PM Eastern on September 12th, 2023.

This 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 (RFP).

Only Stage One submissions are being requested at this time.

Contact Information

Contracting Office Address

  • PBS R4 (AMD) ACQUISITION MGMT DIVISION 77 FORSYTH STREET
  • ATLANTA , GA 30303
  • USA

Primary Point of Contact

Secondary Point of Contact

History