Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

C -- Architect / Engineering Services IDIQ - SF-330

Notice Date
3/1/2018
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
John F. Kennedy Center for the Performing Arts, CONTRACTING, CONTRACTING, JOHN F. KENNEDY CENTER FOR THE PERFORMING ARTS, 2700 F STREET, N.W., Washington, District of Columbia, 20566, United States
 
ZIP Code
20566
 
Solicitation Number
33310518R0010
 
Archive Date
4/16/2018
 
Point of Contact
Hodford R. Brown, Phone: 202-416-7953, Derek J. Meyers, Phone: 2024167922
 
E-Mail Address
hrbrown@kennedy-center.org, dmeyers@kennedy-center.org
(hrbrown@kennedy-center.org, dmeyers@kennedy-center.org)
 
Small Business Set-Aside
N/A
 
Description
In support of a Source Selection for Architectural and Engineering Services being conducted by The John F. Kennedy Center for the Performing Arts, please complete the following questionnaire to the best of your knowledge and respond by E-mail at hrbrown@Kennedy-Center.org by the due date (April 1st 2018). Standard Form for Qualifications JOHN F. KENNEDY CENTER FOR THE PERFORMING ARTS ARCHITECT/ENGINEER IDIQ THIS IS A REQUEST FOR STANDARD FORM (SF) 330, NOT A REQUEST FOR PROPOSAL (RFP) The John F. Kennedy Center (JFKC) is seeking a qualified A-E firm to provide professional Architectural and Engineering (A&E) Services. The Government intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract consisting of one base period, with four 12 month option periods. The scope of services required includes, but is not limited to: multi-discipline architectural and engineering services for various tasks at the JFKC. A&E services for architectural, interior design, structural, mechanical, electrical, plumbing, fire protection, and cost estimating disciplines to perform design, construction administration, studies, investigations, and other related services as defined in each Task Order. Projects will vary by type, scope, and complexity, requiring the use of various facility design disciplines and related technical services. Project and building types predominately include renovations and additions. Design experience should include phased renovations of occupied buildings, offices, other supporting facilities, and performing arts venues. Not responding to this notice shall preclude participation in the subsequent RFP. This is a competitive selection in which competing vendor's qualifications will be evaluated in accordance with FAR Subpart 36.6 and the following information to determine the most highly qualified firms. The Government intends to award one firm fixed price contract. It is the responsibility of the A-E firms to monitor this site for additional information pertaining to this requirement. Amendments to this notice will be posted to www.FBO.gov and will not be provided individually. Each response shall provide a sufficient number of relevant projects to demonstrate experience and proficiency for each criterion. In evaluating proposals, the following criteria shall be applied: QUALIFICATION EVALUATION CRITERIA The following criteria are primary and will be applied by the preselection board to determine the top highly qualified firms and by a selection board to determine the most highly qualified firm. The selection of the A-E firm for this contract will be based on the following evaluation factors. 1. Specialized Experience and Technical Competence-Specialized experience and technical competence will be evaluated in the following areas: a. Development and preparation of preliminary assessment/site inspection b. Cost Analysis and Cost Estimates c. Feasibility Studies and Business Case Analysis d. Multi-discipline Design and Administration (cost estimating, specification development, drawing preparation) e. Experience in phased renovations 2. Past Performance-on A-E Services/Design service based on Past Performance Questionnaires received, past performance on contracts with Government Agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 3. Professional Qualifications-for satisfactory performance of required services the following areas will be evaluated: a. Experience (10 years for principals), b. Professional Certifications /Licenses, c. Education of Key Personnel (Bachelor level degree minimum), d. Type and Quality of Previous Projects, e. Creativity and Imagination of Staff 4. Professional Capacity-existing capacity of the firms professional staff to accomplish the work in the required time shall be evaluated in the following areas: a. Architects b. Engineers (Mechanical/Electrical/Plumbing) c. Structural Engineers d. Fire Protection Engineers, Industrial and Office Areas e. Cost Estimators 5. Location-All A-E firms responding must be located within 25 miles of: The John F. Kennedy Center for the Performing Arts 2700 F Street NW Washington DC 20566 It has been determined that an appropriated number of qualified firms exist within this geographical area. Firms not having a regularly staffed office within 25 miles of The Kennedy Center as determined by electronic driving directly between their office address and the Kennedy Center will be eliminated from competition. QUALIFICATION PACKAGE PREPARATION INSTRUCTIONS To assure timely and equitable evaluation of qualified packages, A-E firms must follow the instructions contained herein. A-E firms are required to meet all instruction requirements. Failure to meet a requirement may result in an A-E firm being excluded from evaluation. A-E firms must clearly identify any exception to the instructions and provide complete accompanying rationale. 1. System for Award Management: All A-E firms are to be registered in System for Award Management at www.SAM.gov by the response date. 2. Questions: All questions regarding this synopsis must be submitted in writing to hrbrown@kennedy-center.org no later than March 13th 2018, 2:00PM Eastern Standard Time. 3. Response Package: Prospective firms shall submit completed U.S. Government Standard Form 330, Part I and Part II (5 copies each) to: The John F. Kennedy Center for the Performing Arts Attn: Hodford Brown, Contracting Office 2700 F Street NW Washington DC 20566 Not later than 1:00 PM (local time) on April 1, 2018 a. To ensure proper handling clearly label all response packages with the synopsis number 33310518R0010, SOURCE SELECTION SENSITIVE. b. Hand carried packages must be received at the location identified above no later than the due date and time. 4. Package Content: Prospective firms are directed to keep the page count of submission to no more than 50 pages (8.5 x. 11, readable font size of 12, single sided and secured with plastic binding, portrait format, head to foot layout); additional pages and/or documents submitted will be destroyed without consideration. Electronic format (Adobe Acrobat PDF) SF 330's will be accepted in addition to the mandatory hard copies described above. Included in the page count: a. A cover page including the A-E firm's name, point of contact information with phone number and e-mail, DUNS number, and CAGE code b. A list of three to five references with point of contact information (phone number and e-mail addresses) and a brief description of the type of A-E effort. References may include current work that has reached the 90% design phase and work accomplished within the past five years. 5. Past Performance: Prospective A-E firms are responsible for submitting Past Performance Questionnaires (PPQ) to their references. Those references are to submit the PPQ to the Contracting Officer by the due date and time listed above. The Contracting Officer's contact information is provided on the PPQ. In order to maintain the integrity of the Past Performance review PPQ will not be accepted directly from the A-E firm. Please make sure references are aware of the response due date and time. Past performance may include current work that has reached the 90% design phase and work accomplished within the past five years. Make sure to identify any prior or ongoing Federal A&E services within the past five years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/JFKC/FMD/CO/33310518R0010/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
SN04839323-W 20180303/180301231124-be5230b17a1ce219f920d5d24c3d35a7 (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.