SOLICITATION NOTICE
C -- A/E Services
- Notice Date
- 6/20/2012
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- John F. Kennedy Center for the Performing Arts, Facilities Management Division, Contracting Office, 2700 F Street NW, Washington, District of Columbia, 20566, United States
- ZIP Code
- 20566
- Solicitation Number
- JFK12R00018
- Point of Contact
- David Hoffman,
- E-Mail Address
-
dhhoffman@kennedy-center.org
(dhhoffman@kennedy-center.org)
- Small Business Set-Aside
- N/A
- Description
- Pre-solicitation Notice. The John F. Kennedy Center (JFKC) for the Performing Arts will be soliciting for architectural/engineering (A/E) firms. This proposed solicitation is open to A/E firms who will be considered as the Prime A/E firm located within the Washington, DC metropolitan area regardless of size. Any sub consultants identified in the proposal submission unless specified in the solicitation does not have a restriction on location within the metropolitan DC area. The small business applicable North American Industry Classification System (NAICS) Code is 541310. The contract will be procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. Firms can use this link to access more information regarding A-E Services Contracting (FAR 36.6): https://www.acquisition.gov/far/. Discussions will be held with the most highly qualified A/E firms regarding implementation of the required services. The top-ranked A/E firms will be selected for negotiation based on demonstrated competence and qualifications for the required work that is identified in this announcement. The award date is planned on or about October 1, 2012. JFKC OVERVIEW The John F. Kennedy Center for the Performing Arts (The Kennedy Center/JFKC) is located on 17 acres overlooking the Potomac River in Washington, DC. It is both America's living memorial to President Kennedy and the nation's busiest arts facility, presenting more than 2,000 performances a year. It attracts over 3 million visitors and patrons each year with performances and other events. The Center is located at 2700 F Street NW, Washington, DC 20566-0001. The facility consists of one building and encompasses approximately 1,500,000 square feet of floor space. The Kennedy Center facility includes theaters, administrative offices, parking facilities, and production support areas. The site of the Kennedy Center extends to the western retaining walls and curbs of the Inner Loop Freeway on the east, the northern retaining walls and curbs of the Theodore Roosevelt Bridge approaches on the south, the eastern retaining walls and curbs of the Rock Creek Parkway on the west, and the south curbs of New Hampshire Avenue and F Street on the north. PROJECT OVERVIEW The Architect/Engineer (A/E) shall provide all services, material, and equipment necessary to conduct studies, investigations, assessments, estimates, reports, design, and construction administration related to the renovation and repair of the JFKC. The work for this contract will occur at the A/E's offices and at the JFKC. The services to be provided are architecture, engineering, and other related specialty consulting. Award of contracts to multiple firms is anticipated. MASTER CONTRACT This contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Tasks awarded under this contract will be for studies, investigations, assessments/evaluations, estimates, reports, design, and construction administration that will result in renovation and repair of the JFKC. The A/E shall provide all services necessary to plan, schedule, coordinate and ensure the full, effective, efficient, and economical performance of all work ordered under this contract. The contract requires computerized capabilities of the A/E. The A/E is required to provide office equipment, and computer hardware and software adequate to fully satisfy all operational requirements of this contract using existing resources. This should be considered in developing the fee proposal. Note: In accordance with statutory and regulatory requirements, computer hardware and software shall not be leased or procured under this contract and the A/E shall not accept such requirements. CONTRACT EFFECTIVE PERIOD This contract is anticipated to be for a base year, plus four one-year options. CONTRACT VALUE The total contract value shall not exceed $ 3M over the entire contract period. CONTRACT SCOPE OF SERVICES In the coming years, the JFKC's capital plan focuses on systems infrastructure such as escalator modernization, handrail replacement, and electronic security upgrades. Improvements to the Concert Hall and automation of the theatrical rigging system are also contemplated. All work is federally funded and all contracts, including for A/E services, are awarded in compliance with the Federal Acquisition Regulation, and typically will have construction costs of less than $10 million. Consulting for technical stage systems and theater improvements may also be required during this time frame. No further information on the JFKC capital plan will be made available to offerors during the qualifications submission process. Services under this contract will consist of some combination of the following: a) Planning Services and Consulting Studies. Work may include, but not be limited to, preliminary design studies, preliminary cost estimates, engineering surveys, or other specialized consulting reports. b) Design Services. Work may include, but not be limited to, all traditional design activities, including production of plans and specifications, code analyses, design meetings and presentations, detailed cost estimates, and assistance with bidding phase activities. The A/E will typically be required to perform "design-to-budget" services, where the A/E must create design documents that conform to the construction budget identified by JFKC. c) Construction Phase Services. Work may include, but not be limited to, all traditional construction phase activities, including shop drawing review, RFI responses, site visits, project closeout activities, and assistance with change management. Each offeror's complete team will consist of, at a minimum, the following disciplines: architecture (including accessibility expertise), electrical engineering, mechanical engineering, plumbing engineering, fire protection engineering, structural engineering, civil/geotechnical engineering, acoustics, technical stage systems, theater lighting, audiovisual systems, elevator consulting, cost estimating, and security consulting. The prime consultant for each team shall be an architecture firm. The Prime A/E is required to be registered in the Central Contractor Registration (CCR) database prior to receiving an award. For online registration and information on CCR, access the website at http://www.ccr.gov/. The selected architect-engineer firm cannot compete for future projects that are part of this resulting contract. The solicitation is anticipated to be posted on FBO the week of 7/16/2012 to 7/20/2012. A Site Visit is date and time will be indicated in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JFKC/FMD/CO/JFK12R00018/listing.html)
- Place of Performance
- Address: The John F. Kennedy Center for the Performing Arts, 2700 F Street NW, Washington, District of Columbia, 20566-0001, United States
- Zip Code: 20566-0001
- Zip Code: 20566-0001
- Record
- SN02781431-W 20120622/120621000224-bce7953ba9f0123e3f53453e197589f6 (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 |