Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOLICITATION NOTICE

C -- Architect/Engineering Services for a New Interpretive/Visitors'' Center at the Normandy American Cemetery

Notice Date
6/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
American Battle Monuments Commission, Office of Director of Procurement, ABMC - Headquarters, 2300 Clarendon Blvd, Suite 500, Arlington, VA, 22201
 
ZIP Code
22201
 
Solicitation Number
ABMC-HQ-02-24
 
Response Due
8/1/2002
 
Archive Date
8/16/2002
 
Point of Contact
Rosemary Fritz, Administrative Associate, Phone (703) 696-6781, Fax (703) 696-6667, - Rosemary Fritz, Administrative Associate, Phone (703) 696-6781, Fax (703) 696-6667,
 
E-Mail Address
fritzr@wwiimemorial.com, fritzr@wwiimemorial.com
 
Description
The American Battle Monuments Commission (ABMC) is seeking a qualified firm or organization to provide architect-engineer (A/E) services for the planning and design of a new interpretive and visitors' center at the Normandy American Cemetery in France, pursuant to Public Law 107-73. The Allied invasion of Normandy on June 6, 1944 was one of the most extraordinary events of the 20th century, in that it was not only a tremendous feat of military planning and strategy, but also a pivotal moment in World War II, and for determining the future of Europe and world history. The Normandy American Cemetery is itself a beautiful and fitting monument to those who fought and died on Utah and Omaha Beach, and is sited on land where significant parts of the D-Day battle occurred. As such, PL 107-73 directs that ABMC 'ensure that the placement, scope and character of this new center protect the solemnity of the site and the sensitivity of interested parties including families of servicemen interred at the cemetery, the host country and Allied Forces who participated in the ensuing battle.' The Normandy American Cemetery is one of fourteen permanent American World War II military cemeteries constructed on foreign soil by the ABMC, and is approximately 172 acres in size. Architects for the cemetery's memorial features were Harbeson, Hough, Livingston & Larson; the landscape architect was Markley Stevenson. Over 9,000 of America's Honored War Dead are at rest in the cemetery. In addition to full design services, the tentative scope of work required may include the following: project management, programming, site surveying and analysis; geo-technical studies; utilities surveys, existing facility surveying, traffic analysis (macro); visitor traffic and circulation analyses; environmental assessment, cost control/estimating, value engineering, energy/life-cycle analyses, and other technical studies; conceptual, schematic, and preliminary design; construction documents, plans & specifications, bid documents, and as-built drawings; construction management and/or supplemental services; and, code compliance review and assurance (French, American, European Union). All work will be done using the metric system of weights and measures. Code compliance will be the most stringent of those previously mentioned. Professional disciplines and other consulting services required will include but are not limited to: architecture, landscape architecture, civil engineering, electrical engineering, acoustical engineering, mechanical engineering, structural engineering, lighting design, interior design, media, exhibit, content development and historical verification, staffing analysis, commissioning, and security assessment. Incidental services may include CADD drafting, 3-D modeling, GIS, word-processing, spreadsheet preparation and database management. In summary, the A/E selected will assist or perform all services necessary to determine the messages and media appropriate to convey the historical significance and meaning of the Normandy invasion; and, to plan, program, and design the center. This project (and the selected A/E's eventual contract) will be structured in four phases: programming, design, construction, and post-construction. ABMC's Headquarters (Washington, DC) and the European Regional Office (Garches, France) will direct and manage the A/E's efforts; primary control and direction will transition to the European Regional Office after programming has been finalized (or sooner depending on progress during that phase). As such, the A/E must have a dual capability regarding coordination and project management. The A/E must have a European corporate office within or adjacent to the host country (France) which is capable of response to and coordination with ABMC's European Regional Director and staff, and also assisting with obtaining necessary agreement and authorization from French authorities regarding design and construction issues. The A/E must also have a corporate office within the Washington DC Metropolitan area capable of the same management support, program development and coordination. Any and all travel to either location necessary for project management and/or overall project oversight will be considered as local travel. All construction and construction-related documents must conform to host country (France) requirements and regulations (to include but not limited to registration and stamping). Information regarding the Normandy American Cemetery may be obtained by letter or fax request to the contracting office (telephone requests will not be processed). Information may also be obtained via ABMC's website - www.abmc.gov. Evaluation Criteria: Statements of Qualification will be evaluated by a selection committee of ABMC personnel and other Federal agency personnel based upon the following primary criteria, listed in descending order of importance: (1) Specialized experience and technical competence in the type of work required under this contract, particularly that related to the programming and/or design of interpretive and/or visitor facilities; (2) Past performance on contracts with Government agencies and private sector entities in terms of quality of work, compliance with performance schedules, and cost control; (3) Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; (4) Project coordination and management capabilities, especially as related to the experience of proposed key personnel, and the ability to effectively communicate, coordinate, and facilitate work with ABMC expeditiously and to participate in related meetings with Federal agencies, private-sector experts, and foreign officials. The selection process will conform to FAR Subpart 36.6. Firms meeting the requirements of this announcement are invited to submit a complete Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project; a current and complete Standard Form 254, Architect-Engineer and Related Services Questionnaire; and, a current and complete Standard Form 254 for each consultant and/or subcontractor. The following supplemental information must also accompany the SF 255/SF 254's: (1) A statement which addresses the 'technical' and 'management' key personnel regarding their experience working together, as well as how the team will be structured. (2) Resumes of key personnel. (3) A statement which addresses experience in significant similar projects by the firm and/or any proposed team members. Similar projects are those which focused on the programming or and/or design of an interpretive or visitors' center, or a facility which is similar in function. Information should be provided regarding any such projects (e.g., owner's name and address, references, design and construction costs, period of performance, etc.). A cover or transmittal letter and/or supplemental statement addressing how the firm's qualifications relate to the evaluation criteria may also be submitted. The required forms and information (one original and five copies of each) must be submitted on or before 4 p.m. on August 1, 2002. This is not a request for proposal. This is not a Small Business Set Aside.
 
Place of Performance
Address: Washington, DC; Garches & Normandy, France and as stated in Description
 
Record
SN00099750-W 20020628/020626213050 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.