SOURCES SOUGHT
C -- Architect & Engineering IDIQ Solicitation
- Notice Date
- 11/15/2012
- Notice Type
- Sources Sought
- 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
- F13SOL10007
- Archive Date
- 12/29/2012
- Point of Contact
- Vincent A. Blackwell, Phone: 202/633-7278
- E-Mail Address
-
blackwellv@si.edu
(blackwellv@si.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- FBO ANNOUNCEMENT F13SOL10007 FOR SELECTION OF ONE OR MORE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIDISPLINE ARCHITECT-ENGINEER CONTRACTS FOR EACH OF THE SMITHSONIAN INSTITUTION’S FACILITIES LOCATED ON MOUNT HOPKINS, ARIZONA AND IN HILO AND ON THE SUMMIT OF MAUNA KEA ON THE BIGH ISLAND OF HAWAII Synopsis: 1. CONTRACT INFORMATION : The proposed procurements listed here are restricted to Small Business. The NAICS code is 541310; size standard is $7 million. This procurement has been established as a Small Business Set Aside and only Small Businesses shall be considered by the Smithsonian Institution. This announcement is for the selection and award of one or more Architect-Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts for EACH location that would provide design support for Smithsonian facilities at the Smithsonian Astrophysical Observatory’s (SAO) Fred Lawrence Whipple Observatory and Base Camp locations in Amado (Tucson), Arizona, or at SAO’s Big Island Hawaii-based facilities at the Submillimeter Array Facility located at the summit of Mauna Kea as well as SAO’s Hilo Base Camp facility in Hilo. This contract is 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 $2.5 million per work order with an unlimited annual IDIQ contract amount. The selected firms must be capable of responding to and working on multiple, 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; the government reserves the right to determine the quantity of contracts awarded. 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 Federal, State and local agency reviews including but not limited to the US Forest Service, Native American Indian entities and the Office of Mauna Kea Management ; 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 astrophysical research and observatory facilities, dormitories and housing, education and visitor centers, storage and maintenance facilities, and associated road, civil and utility infrastructure projects. Firms unable to accept hazardous materials abatement projects need not apply. 3. SELECTION CRITERIA : The Smithsonian Institution will interview only the most highly qualified submissions to this Solicitation. 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’ firm qualifications, experience and past performance in the following types of projects: design of a variety of sizes of new and renovations of education and visitor centers, scientific research and astrophysical observatories. Projects submitted must be only from the past 10 years and must demonstrate experience in addressing issues associated with facilities accommodating large numbers of public visitors, environmentally sensitive sites, renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, and developing design build request for proposals. 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. B. Demonstration of specialized experience and technical competence of the staff with the following: design of a variety of sizes of new and renovations of education and visitor centers, scientific research / astrophysical observatories. Experience submitted must demonstrate experience in addressing issues associated with facilities accommodating large numbers of public visitors, environmentally sensitive sites, and renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, and developing design build request for proposals. 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, 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. C. Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms’ current and projected workloads. Firms should demonstrate experience with task order contracts and handling multiple, task orders simultaneously. 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. 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 address quality control procedures, cost control, coordination of in-house disciplines and consultants, and scheduling procedures. Only submit examples from the past 10 years. E. Firm location in reasonable proximity of the Smithsonian Institution facilities in Arizona and Hawaii. The primary office where the work will be performed and the staffing at that office shall be clearly indicated on the Work Management Plan. Firms servicing Mt. Hopkins shall be located within 100 miles of the SAO facility in the Tucson area. Firms serving SAO Hilo and Mauna Keas shall be located in Hawaii with additional consideration given to the location of prime and consultants on the Big Island of Hawaii. 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 2010; (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. 4. SUBMISSION REQUIREMENTS : The successful firms 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: XXXXXXX Smithsonian Institution, Office of Contracting & Personal Property Management 2011 Crystal Drive, Suite 350 Arlington, VA 22202 Via U.S. Postal Service: Smithsonian Institution, Office of Contracting & Personal Property Management Attention: Vincent A. Blackwell MRC 1200, P.O. Box 37012, Washington, DC 20012-7012 Fax submissions will NOT be accepted. The deadline for submission is no later than December 14, 2012 3:00 PM. EST Firms shall clearly indicate for which location they are submitting their package for: Arizona or Hawaii or both (if applicable and within the maximum proximity listed in the solicitation) 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 shall be directed to Vincent A. Blacwell in the Office of Contracting & Personal Property Management via email at Blacwellv@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 PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F13SOL10007/listing.html)
- Place of Performance
- Address: SMITHSONIAN INSTITUTION’S FACILITIES LOCATED ON MOUNT HOPKINS, ARIZONA AND IN HILO AND ON THE SUMMIT OF MAUNA KEA ON THE BIGH ISLAND OF HAWAII, United States
- Record
- SN02931656-W 20121117/121115234936-af4991081ccc7965c6125ef38db9d8f7 (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 |