|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588Smithsonian Institution, Office of Contracting, 955 L'Enfant Plaza SW,
P-114, Washington, DC 20024 C -- ARCHITECT ENGINEERING SERVICES FOR THE NATIONAL ZOOLOGIOCAL PARK
AND CONSERVATION RESEARCH CENTER SOL F0036SOL0020 POC Lloyd McGill,
(202)287-3679, Michelle Kayon, (202)673-4796 The Smithsonian
Institution's National Zoological Park seeks interested contractors in
order to establish two (2) open term Architect/Engineering (A/E)
Contracts that would provide required support for the Washington, D.C.
(Rock Creek Park) and Conservation Research Center (CRC), Front Royal,
Virginia locations. After award of an open term contract, A/E services
will be provided on a work order contract basis upon approval of
proposals submitted. Work orders shall not exceed $500,000.00 in total
for Title I and/or Non-Title I services. Aggregate work orders for the
annual contract shall not exceed $2,000,000.00 for the above type
services. Services to be provided include, but are not limited to, the
following: facility and project planning; conceptual design;
assessment and evaluation of projects; presentations for project review
by various bodies, including the National Capitol Planning Commission
(NCPQ), the Commission on Fine Arts (CFA) and the D.C. Historic
Preservation Council; preparation of computer aided three dimensional
modeling; cost estimating for project proposals and detailed
construction cost estimates; development of contract documents
comprised of plans and specifications; post design services including
construction supervision, submittal reviews and/or construction
coordination. Additionally, A/E should provide all necessary testing,
engineering studies and analyses as required, including abatement of
hazardous materials. Basic disciplines shall include master planning,
architectural, mechanical, electrical, structural, landscape
architectural, civil engineering, site utilities, water treatment, cost
estimating, and exhibit design for zoological/biological park and live
animal facility projects of a repair, renovation and improvement type,
as well as new construction. Interested parties must submit SF254 and
255, addressing the areas listed above, and should indicate recent
experience that directly relates to zoological park, research
facilities, visitor service facilities, facility restoration and
conservation, sustainable design, environmental design, and museum
exhibit work. Categories of evaluation and associated weight factors
(indicated in parentheses following each category of evaluation) to be
applied in the selection process are as follows: 1. Proposed project
team members' professional qualifications (30%); 2. Specialized
experience and technical competence of the firm and major
subcontractors and consultants with national landmark structures,
sites, and landscapes, zoological/biological parks, live animal
exhibits, conservation/research/scientific facilities, renovation of
facilities while maintaining operations, programming and planning,
sustainable design, and conservation (30%); 3. Capacity of the project
team to accomplish the work within specific time constraints, based on
submittal of individuals' current and projected work load (15 %); 4.
Past performance rating from clients for related work performed within
the past five years. Include names and current phone numbers for
atleast five clients. The clients will be contacted during the
evaluation process (l5 %); and, 5. Preference will be given to firms
within commuting distance of Washington, D.C. (10%). Supplemental
information regarding specialized experience should be included in
SF255. Firms are requested to include telefax numbers. Responding firms
are required to clearly identify tasks to be performed in-house and
those to be subcontracted. Firms must submit the names and supporting
qualifications of all subcontractors. In block 10, state why your firm
is specially qualified based on the selection evaluation criteria.
Only the SF254 and 255 will be reviewed. Experience identified in block
8 should not be more than five years old. The firm's person proposed to
be the direct contact with the National Zoological Park throughout the
contract work must be identified as the "Project Manager". Firms
should provide three complete copies of its submission. Firms that do
not comply with requirements will be considered non-responsive. No
other general notification to firms under consideration for this
project will be made. No additional project information will be given
to firms. Phone calls are discouraged. Site visits will not be arranged
during the advertised period. Terms of the contract will include the
initial twelve (12) month period from date of award with four
additional one (1) year options. Options will be exercised at the sole
discretion of the Smithsonian Institution. Unless a specific request
is made for its return, submitted material will be disposed of by the
Smithsonian Institution sixty (60) days after contract award. Responses
to this notice are to be received not later than 5:15 PM on the 30th
calendar day from the appearance of this announcement, and should be
addressed to: Smithsonian Institution, National Zoological Park, Attn.:
Michelle Kayon, Project Management Division, General Services and
Parking Facility, 3000 Block Connecticut Ave., NW, Washington, DC
20008. All responsible sources may submit an offer which will be
considered. Posted 04/25/00 (W-SN448288). (0116) Loren Data Corp. http://www.ld.com (SYN# 0025 20000427\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|