SOLICITATION NOTICE
C -- Architect-Engineering services are required for a Museum Program Planner for one Indefinite Delivery Contract to support the Baltimore District US Army Corps of Engineers
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACA31-R-03-R-0036
- Response Due
- 7/21/2003
- Archive Date
- 9/19/2003
- Point of Contact
- Susan Sonenthal, 410-962-7646
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Military
(susan.j.sonenthal@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA DACA31-03-R-0036. Contract Information: Architect-Engineering services are required for a Museum Program Planner for one Indefinite Delivery Contract to support the Baltimore District US Army Corps of Engineers. The contract will be for $3,000,000 cumula tive, not to exceed 3 years. The contract is firm fixed priced. This announcement is open to all businesses. Small businesses are encouraged to team with other small businesses. The firm must be capable of responding to and working on multiple task orders concurrently. This project is authorized by the U.S. Army Center of Military History Museum Division (CMH-MD). The concentration of work will be for the Baltimore District. Task orders will be assigned based on the AE??????s workload, specialized experie nce, customer satisfaction and project requirements. 2. Project Information: The National Museum of the United States Army (NMUSA) will honor the men and women who have served their country since the establishment of early militias in 1636, educate soldie rs and citizens on the role of the Army past and present and serve as a dynamic center of the entire Army Museum System. NMUSA will comprise the Museum Center, an approximate 50 gross acre (20 hectare) site at Fort Belvoir, Virginia. The Museum Center wi ll consist of a Main Museum, Museum Support Center and vehicular Parking Structure with a construction value between $150,000,000 and $200,000,000. The Museum Support Center will provide a secure, museum quality, climate-controlled environment to house, process, treat and study unique and priceless historical art and artifacts which must be managed by NMUSA to meet Federal law, Army regulations and professional preservation guidelines. NMUSA??????s Mission is to become the capstone facility of the Army Mu seum System (AMS), in both its service to and support of the Army??????s museums, installations and soldiers but also its relationships with the community and its citizens, veterans and the wide range of other museums, supporting organizations and governme ntal bodies at all levels. NMUSA??????s Vision is to provide a lasting tribute to the American soldier and, through its extensive collections of artifacts and art, will provide its visitors an opportunity to witness how the history of America and the Army are closely intertwined. NMUSA will be a world-class facility focused on presenting an immersed, interrelated, relevant and transforming museum experience for all visitors. NMUSA will foster linkage and lineage throughout the entire AMS via traditional mu seum techniques of storytelling and reenactments and the most innovative, interactive experiences produced by simulators and artificial intelligence technologies. This project is in the planning stages by the Center of Military History Museum Division. A Museum Program Planner will be selected under this announcement. At a future date, an announcement will be issued for the selection of a Design Firm. The firm selected under this announcement as the Museum Program Planner, will not be precluded from the s election of the design firm. Work will consist of preparation, programming and pre-planning documents and refinement of the facility and site concepts and may include but not be limited to: Develop functional space program for an approximately 250,000 Gro ss square feet (gsf) (24,000 gross square meters (gsm)) Main Museum, an approximately 150,000 gsf (14,000 gsm) Museum Support Center and a vehicular Parking Structure accommodating approximately 750 vehicles; Establish design guidelines for Main Museum, M useum Support Center, Parking Structure and development for the entire Museum Center site; Create between three (3) and five (5) pre-concept building and site layouts encompassing the Main Museum, Museum Support Center and Parking Structure; Perform applic able code analysis for all anticipated building and site conditions; Determine number, nature and lead time to issuance of required permits for all anticipated building and site conditions; Interface with National Capital Planning Commission (NCPC) and other authorities having jurisdiction for any required presentations during the programming and pre-planning phase; Provide site pre-concept layout refinements inc luding storm water management and utility analyses based upon current, ongoing site planning work; Identify all necessary Force Protection requirements to comply with installation needs as well as specialized security requirements for museum facilities. 3. Selection Criteria: See Note 24 for general selection criteria. The selection criteria listed below are in descending order of importance: A. The museum program planner shall be a prime architectural firm and all engineering capabilities and required spe cialty support disciplines either in-house or sub-consultants. The firm must demonstrate specialized and technical competence in: planning and programming main museums and museum support facilities of uncompromisingly high quality and achieving general re cognition as among the world??????s premier museums; demonstrated technical competence in preparation of main museum and museum support center design guidelines; experience in programming museum projects of a minimum area of 100,000 gsf (11,000 gsm) but preferably 200,000 gsf (22,000 gsm) ; experience in programming of military museums is desirable; experience with working with NCPC and other agencies in the Northern Virginia area adjacent to Washington DC; experience in preparation of museum programming guidelines; preparation of codes analyses; and identification of all necessary permits for project development. B. Key disciplines that are required to be registered and licensed are: architecture, mechanical, electrical, plumbing, fire protection, struc tural and civil (including hydrology) engineering. Other key disciplines that shall be presented are: interior designer, cost estimator, and landscape architect, acoustical, lighting, security, audio-visual, information technology and other required specia lty support disciplines. The firm will be required to coordinate its work with, but not limited to the following: CMH-MD, the CMD-MD Executive Architect, USACE Baltimore District, and other current consultants. The fire protection engineer shall be a reg istered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Ex aminers for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders. C. Work Management: A proposed manag ement plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Firms shall provide in Block 10 names and phone numbers of clie nts as references on museum design planning and programming contracts. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) o f PL 100-180, 95-907, and 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of tot al planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Historically Black College and University or Minority Institutions, 10% with Women-Owned Small Businesses, 3% to HUB Zone small business firms, 3% w ith Veteran-Owned Small Businesses, and 3% Small-Disadvantaged Veteran-Owned. Baltimore District (CENAB) encourages WOSB and SDB participation as prime contractors. The plan is not required with this submittal. The size standard for this procurement is $4,000,000 average annual receipts over the last 3 fiscal years; the North American Industry Classification Code (NAICS) is 541330. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obt ain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. SUBMISSION REQUIREMENTS: See Note 24 for general sub mission requirements. Interested firms must submit an SF255 for prime and SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM on 21 July 2003. The SF 255 and SF 254 s hall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. The Baltimore District does not retain SF 254s on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. Telephone or in person interviews with be conducted with the short listed firms. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-888-227-2423 or contact CCR web site at www.ccr.gov. Mailing addr ess to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@usace.army.mil. Solicitation packages are not provided. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00350604-W 20030620/030618213608 (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 |