COMMERCE BUSINESS DAILY ISSUE OF APRIL 5, 2001 PSA #2823
SOLICITATIONS
C -- FIRM FIXED PRICE/INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- April 3, 2001
- Contracting Office
- John F. Kennedy Center For The Performing Arts, 2700 F Street NW, Washington, DC 20566
- ZIP Code
- 20566
- Solicitation Number
- JFK01-01-AE-1
- Point of Contact
- Susan Moroni, Contracting Officer, (202) 416-7924
- Description
- The John F. Kennedy Center for the Performing Arts (The Kennedy Center) is seeking Architectural/Engineering (A/E) services for the continued repair and rehabilitation of The Kennedy Center and surrounding site, as well as other sites in the Washington, DC area. This procurement is unrestricted. The North American Industry Classification System (NAICS) Code is 541310 and the annual size standard is $4.0 million. The services of this contract will be multi-disciplinary and will include architecture, including, but not limited to, theater and accessibility design, structural, acoustical, mechanical, electrical, and civil engineering, security, life safety, food service, lighting, construction feasibility, cost estimating, project scheduling, and related expertise. The purpose of the repair and rehabilitation work is to correct deficiencies or improve The Kennedy Center with regard to life safety, security, accessibility for persons with disabilities, visitor services, and theater and building systems in The Kennedy Center and surrounding site. Multiple awards of fixed-price indefinite delivery task order contracts are anticipated. The contracts will be for a base year and four one-year option periods. Task orders will be issued on an " as required basis" using rates established in the basic contract. In addition to The Kennedy Center's usage, task orders may be issued by other Federal Government Agencies with the written consent/delegation by the designated Contracting Officer at The Kennedy Center. There is no limitation on individual task orders other than they may not exceed the ceiling amount of the contract. The ceiling of each contract shall not exceed a maximum of $5,000,000 per year. 2. PROJECT INFORMATION: The work of this contract may include new projects or follow-on studies, investigations, conceptual designs, and construction documents already in progress. The A/E is expected to complete a comprehensive review of any relevant pre-existing studies, reports, analyses of The Kennedy Center facilities, and the related project documentation and cost estimates. The anticipated A/E work may include, but is not limited to, investigations, studies, comprehensive planning, project development, cost estimating, scheduling, and construction period services. 3. SELECTION CRITERIA: The selection process may involve more than one evaluation board, and selection will be based on the following criteria in descending order of importance: 1. Specialized experience and technical competence of the firm and consultants' staffs to provide A/E services for the repair and rehabilitation of a performing arts center such as The Kennedy Center that is undergoing an extensive capital renewal program, while remaining in continuous operation; and to conduct facility planning, budgeting and scheduling of multiple projects, and capital program development, 2. Past performance rating from clients for related work performed within the last five years, 3. Capacity of the project team to accomplish work within specified time and budget constraints based on past experience and current and projected work loads, 4. Proximity of the firm's perspective team to Washington, D.C metropolitan area (with the exception of theatrical and acoustical consultants), 5. Experience of firm with the National Capital Planning Commission and the Commission on Fine Arts. Firms that meet the requirements described above are invited to submit a current SF-254 and SF-255, past performance rating, and other appropriate documentation to this office within THIRTY calendar days from the date of this announcement. If this date falls on a Saturday, Sunday, or Holiday, the closing date will be on the next business day. Subcontracting Plan Requirements: The selected A/Es, if large business, shall be required to submit a subcontracting plan. The plan must be consistent with Section 806B of PL 100-180. The subcontracting plan is not required with the submittal. SF-254s are also required to be submitted for all proposed consultants or subcontractors that the prime contractor plans to utilize under the contract. Interviews (in person) will be conducted with the short-listed firms. 4. INFORMATION: All of the above selection criteria must be clearly addressed in the materials submitted. Firms are reminded to complete all blocks on the SF-254 and SF-255. Selection criteria 4 and 5 are to be addressed in the form of a written narrative. The firm's person proposed to be the direct contact with The Kennedy Center throughout the contract must be identified as the "Project Manager" and the location (city and state) of the project manager's office must also be identified. The Kennedy Center will favor the majority of the team being in-house. Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. Firms that do not comply with the requirements of this announcement will be considered non-responsive. A walk-through of The Kennedy Center is scheduled for Monday, April 16, 2001 at 10 AM. All potential offerors should meet at the entrance of the Hall of Nations prior to 10 AM. All submittals should be sent to the John F. Kennedy Center for the Performing Arts, 2700 F Street NW, Washington DC 20566, Attn: Susan Moroni, Contracting Officer, by 3:00 PM on the established due date. Faxed copies of the SF-254 and SF-255 will not be accepted. Submitted materials will be disposed of by The Kennedy Center sixty days after contract award unless a specific request is made for its return.
- Record
- Loren Data Corp. 20010405/CSOL006.HTM (W-093 SN50I0U8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on April 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|