Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

C -- MULTIDISCIPLINE ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR THE SMITHSONIAN INSTITUTION, WASHINGTON, DC

Notice Date
6/23/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
F09SOL00052
 
Archive Date
8/7/2009
 
Point of Contact
Emanuel Brown, Phone: 202/633-7256, Jasmine E Price, Phone: (202) 633-7284
 
E-Mail Address
brownem@si.edu, pricej@si.edu
(brownem@si.edu, pricej@si.edu)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The proposed procurements listed here are unrestricted. The NAIC code 541310, size standard is $5 million. All responsible sources are encouraged to submit a proposal which shall be considered by the Smithsonian Institution. This announcement is for the selection and award of multiple (up to four) Architect-Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts that would provide design support for Smithsonian facilities. Eighty-five percent of work is anticipated to be in the Washington, DC metropolitan area including Maryland and Virginia. The remaining fifteen percent of the work is anticipated to be other geographical locations where Smithsonian Institution facilities are located including Arizona, Florida, Hawaii, Massachusetts, New Jersey, New York, Pennsylvania, Panama, Guyana, and Belize. These contracts are being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6-Architect-Engineer Services. It is anticipated that the base IDIQ contracts will be for a period of one year with nine one-year options. After award of an IDIQ contract, A-E services will be provided on a work order contract basis. Individual work orders will not exceed $2.5million per work order with an annual IDIQ contract amount not to exceed $5 million. The selected firms must be capable of responding to and working on multiple, large task orders concurrently. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, type of services required, previous experience, including customer satisfaction, performance and quality of deliverables under the current IDIQ, and geographic location. Contracts may be issued up to one year after selection approval. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan consistent with FAR 19.7 and statutory requirements of PL 95-507, PL 99-661, and PL 100-656 will be required prior to contract award. A minimum of 23% of the total planned subcontracting dollars shall be placed with small business concerns. At least 5% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 5% with Women-owned small businesses (WOSB); 3% shall be placed with Hub-zone Small Businesses (Hub-SB), 3% with Veteran-owned small businesses (VOSB); and.3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Multidisciplinary architectural and engineering services to be provided for the Smithsonian Institution may include but are not limited to the following: preparation of reports, studies and design criteria; site and geotechnical investigations; surveys; programming; conceptual design; facilities assessment; facility and project master planning; presentations for project review by various bodies including the National Capital Planning Commission (NCPC), the Commission of Fine Arts (CFA), and the D.C. Historic Preservation Review Board; multidisciplinary architectural and engineering development of contract documents comprised of drawings and specifications for architectural, structural, mechanical, electrical, plumbing, fire protection, security systems and hazardous materials abatement for a variety of routine and complex projects; cost estimating for project proposals and detailed construction cost estimating; value engineering; code compliance and accessibility review; commissioning; technical information for design-build requests for proposals. The work may include new construction, major and minor repairs, alterations, building renovations, tenant fit-up and operations, landscape design, facility improvement projects, interior space planning, and development and implementation of facility master plan projects. Post design and construction phase services may include construction bid and negotiation support, site visits, construction administration, shop drawing and submittal reviews, technical assistance, commissioning/start-up/fit-up design support and preparation of as-built record drawings. A-Es will be expected to respond to Smithsonian requests for services with expediency, thoroughness and a high level of design quality. Projects may include, but are not limited to museums, zoological parks, research facilities, retail and food service facilities. Firms unable to accept hazardous materials abatement projects need not apply. 3. PRIMARY SELECTION CRITERIA: Firm evaluation and selection will be conducted in accordance with FAR 36.6 and will be based on the following primary criteria which are listed in descending order of importance: A. Prime contractor and subcontractors' qualifications and experience. Basic disciplines and areas of expertise shall include architectural, mechanical, electrical, plumbing, structural, civil, fire protection, security, master planning, space planning, cost estimating, accessibility, sustainable design, food service and retail design, hazardous material surveying, testing and abatement including lead and asbestos. Responding firms are required to clearly identify disciplines to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications of all subcontractors. Additional specialists in some or all of the following areas are expected: museum exhibit design, animal exhibit design, animal holding area design, lighting design (architectural and exhibit lighting), landscape design, acoustics, audio-visual design, information technology, and large multi-media performance spaces, roofing and waterproofing, building diagnostics and remediation. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines and areas of expertise: Project manager, architect, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, plumbing engineer, fire protection engineer, geotechnical engineer, building commissioning expert, land surveyor, interior designer, cost estimator, landscape architect, and industrial hygienist. The fire protection engineer shall also have a minimum of five years experience dedicated to fire protection engineering, and have a degree in Fire Protection Engineering from an accredited university. 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 for multiple customers in the required timeframes. B. Demonstration of specialized experience and technical competence of the firm and major subcontractors and consultants with the following: Design of a variety of sizes of new facilities and renovation/restoration of museums, zoological parks, historic structures, National Landmark Properties including the Section 106 review process, scientific/research/engineering facilities, facilities accommodating large numbers of public visitors, environmentally sensitive sites, renovation of facilities while maintaining operations. Experience with large task order contracts and handling multiple, large task orders simultaneously. Experience in analysis and implementation of Leadership in Energy and Environmental Design (LEED) criteria. Experience in coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget. Preparation of project programming documents, including master planning studies and experience in conduction planning and design charrettes. Topographic surveys, soil surveys, and subsurface exploration including associated testing. Experience with storm water management and erosion and sedimentation control. Preparation and development of the technical information for design build request for proposals. C. Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms' current and projected workloads. D. Firm competence as demonstrated by past performance on contracts in terms of work management, responsiveness, quality of work, cost control and compliance with performance schedules. A proposed Work Management and Design Quality Management Plan shall be submitted with your SF 330 and shall include an organization chart and briefly address management approach, team organization, professional registration, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar contracts. The plan shall also briefly address quality control procedures, cost control, coordination of in-house disciplines and consultants, and scheduling procedures. E. Firm location in reasonable proximity of Smithsonian Institution facilities, especially Washington, D.C. The primary office where the work will be performed and the staffing at that office shall be clearly indicated on the Work Management Plan. The geographic location of the firm will also be considered in order to evaluate the firm's knowledge of the potential project locations. F. Computer capability. Contractor and subcontractors must be able to comply with Smithsonian Institution standards for documentation, drawings and specifications. These standards are available for viewing at the SI Office of Facilities Engineering and Operations Architect-Engineer Information Center website, at http://www.ofeo.si.edu/ae_center/index.asp. Required proficiencies include the following: (1) AutoCAD 2008; (2) Microsoft Office, including Project (3) Adobe Acrobat Professional; (4) 3-dimensional modeling, rendering and animation in specialized software such as Autodesk 3ds Max, Autodesk Maya; (5) Building Information Modeling in specialized software such as Autodesk Revit, Google SketchUp Pro, Graphisoft ArchiCAD, Navisworks, Onuma Planning System, as well as familiarity with IFC and Cobie file standards; (6) Experience with computer aided facilities management software such as Facility Center is highly recommended. 4. SECONDARY SELECTION CRITERIA: In the event of a need for a "tie-breaker" among the most highly qualified firms, firm evaluation and selection will be based on the following criteria: A. Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business. 5. SUBMISSION REQUIREMENTS: The successful firm will be expected to sign a standard, unmodified, Smithsonian A-E contract. Interested, qualified firms are invited to submit the required information as specified below via courier to Smithsonian Institution, Office of Contracting & Personal Property Management (OCON&PPM), 2011 Crystal Drive, Suite 350, Arlington, VA 22202, Attention: Emanuel Brown, or via U.S. Postal Service to Smithsonian Institution, Office of Contracting & Personal Property Management (OCON&PPM), MRC 1200, P.O. Box 37012, Washington, DC 20012-7012, Attention: Emanuel Brown (note: submissions sent via USPS may be irradiated), no later than 3:00 PM on July 23, 2009. Fax submissions will NOT be accepted. Firms must submit Parts I and II of the Standard Form 330 for the prime and joint venture(s). Part II of the SF330 must be submitted for each consultant. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. 5 copies of the SF 330 are required. Failure to submit the completed SF 330 will render the submission unacceptable. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font. Preface the submission with an attached original and loose copy of a brief letter on company letterhead. Questions can be directed to Emanuel Brown in the Office of Contracting & Personal Property Management at (202) 633-7256 or BROWNEM@si.edu. The Smithsonian will dispose of submitted material 60 days after receipt unless a specific written request is made for its return. Returns will be at the expense of the firm submitting the information. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F09SOL00052/listing.html)
 
Place of Performance
Address: Smithsonian Institution, Washington, District of Columbia, 20560, United States
Zip Code: 20560
 
Record
SN01853463-W 20090625/090624000100-dfaec2e50c4de3cce677f6e9448adbda (fbodaily.com)
 
Source
FedBizOpps 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.