Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588

Smithsonian 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