SOLICITATION NOTICE
C -- E Street NW Design Competition
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- National Capital Planning Commission, Office of Administration, Budget and Finance Section, 401 Ninth Street, NW, Suite 500 North, Washington, District of Columbia, 20004
- ZIP Code
- 20004
- Solicitation Number
- NCPC-0902
- Archive Date
- 10/3/2009
- Point of Contact
- Charles J Rieder, Phone: (202) 482-7255
- E-Mail Address
-
charles.rieder@ncpc.gov
(charles.rieder@ncpc.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Capital Planning Commission is seeking proposals to assist in the development of design parameters and the management of a Design Competition related to E Street, NW, immediately south of the White House. The selected consultant must have significant experience in the field of architecture or engineering, and planning and urban design; as well as management and leadership of complex, sensitive, and nationally significant projects. 1. PURPOSE This Request for Proposal (RFP) is issued to establish a Firm-Fixed Price (FFP) Contract that acquires consultant services to:  Identify all of the design and operational parameters for the E Street NW area (including security, historic preservation, environmental and public access issues); and  Assist with the planning, management, and administration of an invited competition of creative designers and landscape architects to develop concept solutions that address issues related to E Street, NW. 2. OVERVIEW The White House and President's Park represents our executive branch of government. It is the home and office of our President, and the surrounding open spaces serve our nation in ceremony, commemoration, and recreation. President's Park is a place to address our basic freedoms and rights in assembly, speech, and petition. However, in response to security concerns since 1995, E Street and portions of the Ellipse immediately south of the White House have been closed to traffic and other uses have been restricted. It is the National Capital Planning Commission's intent, through close collaboration with the US Secret Service, the National Park Service, the Advisory Council on Historic Preservation, the District of Columbia and other important stakeholders, to develop potential solutions that addresses the security, urban design, historic preservation, and pubic access issues of this important site. The initial steps of this process are:  Identify all of the design and operational parameters for the area (including security, historic preservation, environmental and public access issues); and  Using these criteria, conduct a design competition to identify creative and comprehensive solutions to the existing challenge. 3. SCOPE OF WORK To address the goal identified above, NCPC is soliciting professional services to support the process described and advise NCPC through these steps of the process. The specific tasks are identified below: Task One - Development of Design and Operational Parameters The consultant will facilitate scoping meetings with representatives of the National Capital Planning Commission, the US Secret Service, the National Park Service, the Commission of Fine Arts, the Advisory Council on Historic Preservation, the District of Columbia, and other appropriate stakeholders in order to identify all of the design and operational parameters for the study area. These parameters will ultimately be used to guide the design professionals who will be asked to develop creative and comprehensive solutions to the existing challenge through a design competition. Products: 1. The consultant will advise NCPC in development of a list of stakeholders who should be consulted in the development of the design and operational parameters along with a schedule of meetings necessary to finalize this information. (NCPC staff will schedule and host these meetings.) 2. The consultant will facilitate and document the discussions of the stakeholder meetings. 3. The consultant will prepare a summary document detailing the design and operational parameters resulting from this task. Task Two - Design Competition The consultant will advise and assist NCPC in the management of a limited Design Competition to identify creative and comprehensive solutions to the security and urban design challenges posed by E Street south of the White House. Products: 1. The consultant will develop a proposed plan to conduct a limited design competition. 2. Using the design and operational parameters developed in Task One, the consultant will identify a list of potential design firms that possess the skills and abilities necessary to develop creative, comprehensive, workable solutions to the problem at hand. 3. The consultant will meet with the design firms that NCPC ultimately invites to participate in the limited design competition and will brief them about the design and operational parameters. 4. Upon completion of the limited design competition, the consultant will evaluate the proposals against the design and operational parameters and present the information to both NCPC and the Security Task Force. Schedule The following schedule may be modified by NCPC with agreement by the contractor and NCPC. • Consultant Kick-Off meeting/ Meeting with Security Task Force -10/7/09 • Requirements Document - To be completed by 11/20/09 (provided all stakeholders provide the consultant with the necessary information). • Project plan for limited Design Competition - To be completed by 11/30/09 • List of potential Design Competitors - To be completed by 12/4/09 • Security Task Force meeting to finalize Design Competition details -12/16/09 • Design Competition Kick-Off Meeting - 1/6/10 • Complete Design Competition - 2/12/10 • Solicit public comment on design concepts - 2/12/10 - 2/18/10 • Security Task Force meeting to evaluate and provide comments on all design concepts - 2/18/10 Work/Meeting Locations Task Force meetings and meetings with representatives from the Secret Service and other groups/individuals as identified by NCPC will take place in the Washington DC Area. The consultant will be required to attend task force meetings, design review meetings, public hearings to assist with the management and administration of this process. All work must be completed by April 30, 2010. 4. PROPOSALS SUBMISSION All proposals must be submitted via electronic mail to bizops@ncpc.gov, or facsimile to (202) 501-2550 or hand-delivered to the Contracting Officer at the address identified in Section 10 of this solicitation. All proposals must be received by 5:00 p.m. EDT on Friday, September 18, 2009. All quotations become the property of the National Capital Planning Commission and will not be returned. 5. EVALUATION NCPC will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to this solicitation will be most advantageous to the Government. NCPC will use the following factors to evaluate Proposals: • Professional Qualifications necessary for satisfactory performance of required service (firm's registrations, licenses and other professional affiliations or accreditations); • Specialized experience and technical competence in the type of work required; • Capacity to accomplish the work in the required time; • Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and • Best Value to the government. This factor will consider the offeror's proposed effort and approach to support the success of this effort, as well as percent of principal time to be spent on project. The total cost of this contract shall not exceed $30,000. The contractor must be registered in the Central Contractors Registration (CCR) at www.ccr.gov. 6. PROPOSALS STATEMENT: Proposals must include the following: • Offers must include a brief statement addressing each of the factors specified in the Evaluation section of this solicitation. • Offers must identify specific individuals who will conduct and be responsible for each task. • Offers must include a detailed firm fixed-price. • Offerors must provide a clear and legible Tax Identification Number and Data Universal Numbering System (DUNS) Number. 7. OTHER • Offerors must include a completed copy of the FAR Clause 52.212.3, Offeror Representations and Certifications - Commercial Items (JUN 2006). • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), applies to this acquisition. • FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2007), including relevant additional FAR Clauses listed in 52.212-5, applies to this acquisition. • Must be able to obtain a National Security Clearance at the Secret level. • Procedures established by FAR Part 36 will be used.  Performance by licensed architects and/or registered engineers or their employees. 8. CONTRACTING OFFICE ADDRESS 401 9th Street, NW Suite 500 North Washington, District of Columbia 20004 9. PLACE OF PERFORMANCE Washington, District of Columbia 20004 10. PRIMARY POINT OF CONTACT AND QUESTIONS Charles J. Rieder ‘Jody' Administrative Officer/Contracting Officer 401 9th Street, NW, Suite 500 North Washington, DC 20004 bizops@ncpc.gov Phone: 202-482-7200 Fax: 202-501-2550 All Proposals Must be Received by NCPC no later than September 18, 2009, at 5:00 pm Eastern Daylight Saving Time. (see Item #4 above)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NCPC/NCPCO/NCPCO1/NCPC-0902/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN01949793-W 20090912/090911001448-a7ef1f034317c21fb49c7388af2ee104 (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 |