Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

C -- Mechanical, Electrical and Plumbing Systems Improvements - Attachment: J.1 - Attachment J.2 - Attachment J3:

Notice Date
9/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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
JFK14RFP0008
 
Archive Date
10/23/2014
 
Point of Contact
Hodd R. Brown, Phone: (202) 416-7953
 
E-Mail Address
hrbrown@kennedy-center.org
(hrbrown@kennedy-center.org)
 
Small Business Set-Aside
N/A
 
Description
General IDIQ Statement of Work Technical Information about the existing MEP Systems Chilled Water Systems Improvement Project Statement of Work The John F. Kennedy Center for the Performing Arts, Washington, D.C., is soliciting for professional Architect- Engineering services to survey and assess mechanical, electrical and plumbing (MEP) systems, recommend improvements, design selected improvements, and perform construction administration for funded construction projects. The work will be performed under an Indefinite Delivery/Indefinite Quantity contract. The term of the contract will be for one year, with the option of renewal in each of four following years. Once selected and under contract, the Engineer will provide detailed analysis, reporting, design services, and construction administration as tasked (Statement of Work attached). The total value of the construction work to be implemented from the Engineer's designs is $5-10 million (estimated). NAICS Code 541330 is applicable to this acquisition and the small business size standard is considered $7.0 million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System of Award Management or (CCR) database prior to award of a contract. Contracting Office Address: Chief of Contracting John F. Kennedy Center for the Performing Arts 2700 F. St N.W. Washington, DC, 20566 Place of Performance: John F. Kennedy Center for the Performing Arts 2700 F. St N.W. Washington, DC, 20566. Site Visit (a) An organized one time site visit is scheduled for ¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬ Monday September 15, 2014 at 10:30 am. (b) Participants will meet at- Hall of Nations Entrance The John F. Kennedy Center for the Performing Arts 2700 F St, NW Washington, DC 20566 Provide names of all attendees in advance to Hodd Brown. To register, send an email with the company name along with the names of the company representatives and subcontractors planning to attend this one time site visit to hrbrown@kennedy-center.org. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Inquiries The prospective offeror may submit inquiries regarding this solicitation by the deadline for Solicitation Question submission, in writing via email. Answers will be provided publically in a consolidated form on the G.P.E. on September 26th 2014 All Solicitation Questions are due in writing, via email by 1:00 P.M. on September 24th, 2014. Inquiries should be addressed to: Hodd Brown E-mail Address: hrbrown@kennedy-center.org. In order to be considered responsive to this solicitation, your proposal must include 1 original and 4 copies of the following: 1. Letter of introduction and interest (2 pages maximum). 2. Narrative description of firm and its capabilities and specialty abilities (2 pages maximum). Includes list and description of subcontractors, if any. 3. Completed SF-330, Qualifications of Architect/Engineer. (Attachment J3) 4. Detailed description of three projects, either mechanical, electrical, or both, that were performed in a large, occupied public building in the Washington DC metropolitan area (1 page maximum per project). One of these projects shall be a survey and assessment project in support of building maintenance and modernization capital planning. 5. Narrative project approach in response to sample Chilled Water Circulation Improvements (see Attachment J1). 6. Narrative of team's approach to managing and maintaining project budgets and schedules (2 pages maximum). 7. Narrative of team's ability to perform work in a timely fashion on multiple projects for the duration of the contract. 8. Resumes of key personnel to be assigned to the project (2 pages maximum per individual). Proposal shall be submitted to: Hodd Brown Kennedy Center - Contracting Officer 2700 F St. NW Washington, DC 20566 EVALUATION FACTORS General. The successful offerors must have a history of successful past performance working in occupied commercial buildings, experience meeting critical schedules, and have an adequate, knowledgeable staff to perform the scope of work. The objective is selection of an A/E whose proposals demonstrate the understanding, capabilities, and knowledge required to successfully perform the requirements of this solicitation within the time and quality requirements of the RFP; and provide the greatest advantage to the government. The non-price (technical) evaluation factors are: A. Location of the firm (required) 1. The firm's key personnel shall be members of the firm's Washington DC metropolitan area office. The Washington DC metropolitan area is defined as a location within 50 driving miles of the Kennedy Center, as determined by electronic map-based driving directions from the firm's Washington office to the Kennedy Center. B. Proposed Key Personnel 1. Key personnel's experience with survey/assessment and with mechanical and electrical renovation projects in older public buildings. Preference will be given for teams of key personnel whose specific experience includes the projects described under "Specialized Experience". 2. Experience and qualifications on mechanical, electrical, and plumbing engineering, although all other disciplines will be considered. 3. Offeror's experience as a team in working on previous projects in the last five years will be considered 4. Ability of the proposed key personnel to immediately begin work. C. Approach 1. Evaluation of A/E firms approach to the proposed chilled water circulation improvement project, and approach to cost and budget management. 2. Overall knowledge and ability of A/E firm to work to deadlines and swiftly resolve problems as they are identified to reconcile competing viewpoints and collaboratively develop solutions to complex problems associated with design and/or construction administration. 3. Demonstration of the team's capacity to perform work in a timely fashion on multiple projects for the duration of the contract. D. Specialized Experience/Past Performance 1. Firm's experience with mechanical and electrical renovation/improvement projects in older (constructed 1965-1985) public buildings in the Washington DC metropolitan area, including specifically projects to survey and assess the need for capital improvements. Preference will be given for projects in venues for the performing arts, and for projects performed in occupied buildings. 2. Evaluation is based on the offeror's specific knowledge and similar experience related to work in occupied buildings, landmark buildings, and theaters. 3. Evaluation will be based on demonstrable success in projects similar to those described in Section C of the Statement of Work as reflected through the submission, including examples of success in meeting budget and schedule goals. Cost Proposal instructions are not needed at this time ORAL PRESENTATIONS In accordance with FAR Part 15 discussions with offerors on the short list can be oral or written. The primary objective of discussions is to maximize the Government's ability to identify and obtain the most technically qualified offer by indicating to, or discussing with, each offeror still being considered for award, significant weaknesses, deficiencies, and other aspects of its proposal (technical approach, past performance, and terms and conditions) that could in the opinion of the contracting officer, be altered or explained to enhance materially the proposal's potential for award.. Attachment 1: provides a description of the Chilled Water System Improvements project. Attachment 2: provides technical information regarding the existing MEP systems at the Center. Attachment 3: General Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/JFKC/FMD/CO/JFK14RFP0008/listing.html)
 
Place of Performance
Address: John F Kennedy Center for the Performing Arts, 2700 F Street NW, Washington, District of Columbia, 20566, United States
Zip Code: 20566
 
Record
SN03500403-W 20140910/140909022226-a5e697ef10e3416a9da6da9bbe7b67e5 (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.