Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

C -- Tour Bridge Modernization (A-E Design Services) - Past Performance Questionnaire

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-RFP-12-0197
 
Archive Date
10/25/2012
 
Point of Contact
Enrique A. Manan, Phone: (202) 874-2139, Richard W German, Phone: 202-874-3248
 
E-Mail Address
enrique.manan@bep.gov, richard.german@bep.gov
(enrique.manan@bep.gov, richard.german@bep.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Past Performance Questionnaire NOTICE OF INTENT TO CONTRACT FOR ARCHITECT-ENGINEERING SERVICES FOR THE BUREAU OF ENGRAVING AND PRINTING TOUR BRIDGE MODERNIZATION IN WASHINGTON, DC INTENDED CONTRACT INFORMATION The proposed procurement is set-aside for HUBZone certified small businesses only. NAICS code 541310; size standard $7 million. Estimated cost of construction resulting from the Tour Bridge Modernization Design is between $1,000,000 and $5,000,000. All responsible sources are encouraged to submit a response which shall be considered by the Bureau of Engraving and Printing (BEP). The BEP seeks interested design teams to furnish Architect-Engineering (A-E) Design Services for the Tour Bridge Modernization project in Washington, DC. This project comprises Title I services to include all design work, drawings, calculations, specifications, cost estimate, additional services such as the lead based paint survey, LEED (Leadership in Energy and Environmental Design), seismic analysis study recommendations, three dimensional computer models, and project schedule required to prepare the site. The A-E Contractor shall design a public tour facility that improves upon the existing safety, security and environmental conditions. The rehabilitation shall include site work, roof, walls, windows, lighting, power, fire protection, security posts and other infrastructure features to assure the tourists and visitors have a pleasant and memorable passage leading to the Tour Gallery. Additionally, the Contracting Officer will authorize a Title II Services (post-design) option for the A-E Contractor to provide pre-construction and construction phase services if found to be required. The prosed project would commence following agreement on a Firm Fixed Price contract for a detailed Scope of Work (SOW). The SOW will be issued to the most highly qualified firm selected from a short list of no more than three (3) firms and will address the issues described below. The design project is expected to take 12 months. BACKGROUND The existing tour bridge was constructed as a part of the original Main Building in 1914 and consists of an elevated walkway with a protective roof cover. The un-insulated thin metal walls supporting glass windows were added in the early 1930s to completely enclose the walkway for additional protection against the elements. The space has had heating and cooling equipment added to accommodate the large volume of tourists that visit each year (between 200,000 and 300,000 each year). TOUR MODERNIZATION GOALS The fundamental goals that this project will address are to improve conditions and infrastructure, including but not limited to the following: a. Abate lead based paint surfaces to remove potential safety hazards. b. Identify and establish a certified level - LEED rating. c. Reduce energy consumption primarily with a new insulated roof, fenestration, and Heating, Ventilating and Air Conditioning System. d. Improve reliability of mechanical system and associated management control systems by assuring design requirements are achieved through commissioning. e. Preserve the historic fabric by revealing and prominently displaying the steel structure that originally was exposed to the elements. f. Reduce maintenance costs by not having to regularly replace window parts, such as panes, stiles and muntins. g. Provide added separation between tourists and general pedestrian traffic at sidewalk with the addition of an expanded entry plaza. h. Physical security requirements allowing for blast proof glass ratings to reduce risk to entrance of the structure from the 14th Street corridor. i. Design interior security deterrence measures using bullet resistant partitions at the clearance processing area(s). Additionally, the BEP is committed to adapting an online ticketing scheme to either replace the current physical system of ticket issuance at the ticket booth or to be used with the current system for certain times of year. The design services will also involve exterior and interior renovations. The entrance of the tour bridge will project a more prominent façade for the tour entrance. Windows will be re-glazed and restored, or replaced with newly replicated factory style windows in order to enhance not only the aesthetics of the facility, but also to improve the thermal performance, maintenance and durability of the building. The roof over the tour bridge shall be replaced to further enhance the thermal properties of the envelope and ensure a comfortable interior environment. Interior renovations will include a new entry vestibule to provide optimal energy performance. Alternative configurations may include installation of turnstiles to save space and energy. Existing rooms will be relocated, while maintaining the existing location of the theater and the tour gallery sound system, to provide better support for tourists and visitors. The interior renovation will maintain the existing ramped bridge structure and the historic character of the original construction. SELECTION CRITERIA Evaluation and selection of firms shall be in accordance with FAR 36.6. Firms shall submit qualifications using the SF330, Architect-Engineering Qualifications (Parts I and II). Those firms that are considered most highly qualified after the initial evaluation will be asked to participate in the interview process. Selection will be based on the below criteria, which are listed in descending order of importance. To determine the short list of firms to be interviewed, the evaluation of firms' qualifications will include a thorough review of the submitted SF330s. Further evaluation of the short-listed firms will include qualifications in accordance with the below criteria that are demonstrated during the interview process. Factor 1 - Professional Qualifications Professional registration as an architect or engineer, of the individuals assigned to the proposed project team. Factor 2 - Specialized Experience and Technical Competence Specialized experience and technical competence that relate to the type of work that involves: visitor centers, historical structures and government facilities. Factor 3 - Past Performance Provide details on contracts with government agencies and private industry that demonstrate cost control capability, quality of work and compliance with performance schedules. Additionally, a Past Performance Questionnaire is included as Attachment 1 to this synopsis. Firms shall distribute the Past Performance Questionnaire to at least three (3) former customers. Questionnaires may also be provided to the references of subcontractors or teaming contractors. In order to be considered, questionnaires shall be submitted directly to the Contract Specialist, Enrique Mañán, at enrique.manan@bep.gov, and only by the former customers, not by the firm or its subcontractor. Firms shall ensure completed questionnaires are received no later than the response closing date and time. Firms and their references may verify receipt by contacting the Contract Specialist, by e-mail (above) or via phone at (202) 874-2139. For those firms who do not have any relevant past performance information to submit, a statement to that effect shall be included for this requirement. Factor 4 - Experience of Proposed Team Members For the proposed team members, demonstrate experience and noteworthy accomplishments for any projects worked on individually and/or with other members of the proposed team. Factor 5 - Examples of Completed Projects Give examples from at least three (3) recently completed projects that demonstrates organizational capability in infrastructure repair, building security, energy and utility systems, 3D Modeling, LEED certification, and other features which best illustrates the resources available to support the proposed design team members. SITE VISITS AND ADDITIONAL INFORMATION Firms submitting qualifications are welcome to visit those portions of the site that are open to the public ( http://www.moneyfactory.gov/tours/washingtondctours.html ) but are not required to do so. SUBMISSION REQUIREMENTS Interested firms are invited to submit two (2) copies of the required forms and additional information as specified below, no later than Wednesday, October 10, 2012 at 3:00p.m. EST, via e-mail to enrique.manan@bep.gov or via mail to: Bureau of Engraving and Printing Office of Acquisition A-E Construction Division Attn.: Enrique Mañán 14th and C Streets SW, Rm. 708-A Washington, DC 20228 Firms must submit Part I and II of the Standard Form 330 for the prime firm and any joint venture(s). Part II of the SF330 must be submitted for each consultant. On the SF330, Part I, Block 5, include the DUNS number for the prime firm. On the SF330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Failure to submit the completed SF330 will render the submission unacceptable. Part I of the SF330 shall have a page limit of 15 pages. QUESTIONS Questions should be directed to the Contract Specialist, Enrique Mañán, via e-mail at enrique.manan@bep.gov. INTERVIEWS It is anticipated that the short list of most highly qualified firms will be contact and invited to interview during the month of October 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFP-12-0197/listing.html)
 
Place of Performance
Address: 301 14th Street SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02876290-W 20120912/120911001724-c7796241cf42affab9b185890c45991d (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.