COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14, 2001 PSA #2914
SOLICITATIONS
C -- INDEFINITE DELIVERY-TYPE (MULTI-DISCIPLINE) ARCHITECT-ENGINEERING CONTRACTS FOR THE UNITED STATES HOLOCAUST MEMORIAL MUSEUM, WASHINGTON, DC
- Notice Date
- August 10, 2001
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACW31-01-R-0045
- Response Due
- October 5, 2001
- Point of Contact
- Joseph Neil (410)962-5611
- Description
- 1. CONTRACT INFORMATION: Architect-Engineer services are required for award of up to three Indefinite Delivery Contracts (IDC's) to support the United States Holocaust Memorial Museum in Washington, DC. The contract will be for a 12 month period and will have options to extend the contract for two additional periods of 12 months each. An option period may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Contract will be firm fixed priced. The total contract amount will not exceed $1,500,000 and $500,000 per period. Individual task orders will not exceed the $500,000 amount for a period. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be assigned based on the A-E's workload, geographic area, specialized experience, customer satisfaction, and project requirements. The concentration of work will be for the United States Holocaust Memorial Museum in Washington, DC, but may be used anywhere within the North Atlantic Division boundaries. Contracts may be issued up to one year after the selection is made and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. This announcement is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, 8% with women-owned small businesses (WOSB), 3% shall be placed with Hubzone Small Business (HubSB), and 3% with veteran-owned small businesses. This plan is not required with this submittal. 2. PROJECT INFORMATION: Since opening in April, 1993, the United States Holocaust Memorial Museum has hosted over two million visitors annually. The Museum's exhibits and public programs are housed in a 258,000 square foot building, which in many ways evokes the Museum's subject matter. The Museum's staff offices are located primarily adjacent to the Museum in the Ross Administrative Center, a 45,000 square foot building which is listed on the National Register of Historic Places, and in leased office space elsewhere in the District of Columbia. The Museum also has a remote storage and conservation facility outside of the District of Columbia. It has become apparent that modifications need to be made to accommodate the Museum's expanding collections and developing programs. There are also a number of maintenance issues caused by the Museum's great success which need to be addressed. The Museum's Division of Operations is looking to issue IDC's with firms who will be able to make these adjustments in a manner which is architecturally compatible with either the Museum's design aesthetic, or with the historic fabric of the Ross Administrative Center. These contracts will be overseen by the Museum Architect. As the projects are expected to range considerably in size, scope, and public visibility, it is anticipated that the Museum will establish contracts with multiple firms, at least one of which has an emphasis on historic preservation and materials conservation. The following services are expected to be contracted for as part of these contracts: complete design services including the preparation of construction contract drawings, specifications and cost estimates, both preliminary and final; site investigations; planning studies; preparation of presentation drawings, models, and sample boards; programming; space layouts; tenant space plans; interior design, including furniture and finish selection; shop drawing reviews; value engineering; construction services; post-construction services; and other required supplemental services if so requested by the Government. The firm may be required to provide construction phase and other services which may include preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support. Some projects will be initiated as part of this contract, and flow from programming and schematic design through construction documentation. Other projects will be based upon schematic designs provided by the Museum Architect. The firm or firms selected shall have either in-house expertise or consultants with expertise in the following areas: electrical engineering, mechanical engineering, structural engineering, fire protection engineering, and cost estimating. Some projects may require specialized expertise in graphic design, architectural lighting, historic preservation, and architectural materials conservation. Additional required expertise may be needed for a specific project, as required by the Government. The firm or firms selected, and their consultants, shall be licensed to practice their respective disciplines in the District of Columbia. As such, they shall be familiar with all applicable codes, as well as with the requirements of the Americans with Disabilities Act and the Uniform Federal Accessibility Standards. They shall also be familiar with the Federal Acquisition Regulations, particularly as it relates to the selection of furniture and interior design elements. They shall also be familiar with the procedures and requirements of the National Capitol Planning Commission and the Commission of Fine Arts, as well with as the Section 106 Historic Review Process. In addition to traditional architectural presentation techniques, architectural drawings done as part of this contract shall be submitted in electronic format which is compatible with AutoCAD 2000, and done according to the guidelines established by the American Institute of Architects. Some of the task orders issued under this contract may require background checks of the firm's personnel, including criminal background checks. In addition, for some task orders, the firm may need to submit a SF-85 and sign a non-disclosure agreement. 3. Selection Criteria: See Note 24 for general A-E selection process. The selection criteria listed below is in descending order of importance: A. PROFESSIONAL QUALIFICATIONS: (1) The firm must demonstrate specialized and technical competence in the design of new facilities and the design of alterations, repairs and rehabilitation of existing facilities; (2) The firm must demonstrate experience with and knowledge of multi-discipline design projects; (3) The firm must demonstrate professional experience and registration of lead designers for the following disciplines: Architect, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, interior designer, cost estimator, and landscape architect.. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (a) have a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in a engineering discipline related to fire protection engineering. The evaluation will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders. (B) SPECIALIZED EXPERIENCE: (1) The firm must demonstrate the experience of the proposed design team members in designing repair, alteration, and new construction projects in or adjacent to architecturally or historically significant structures. (2) At least one of the firms that will be selected must demonstrate expertise with high visibility, institutional projects with complex programmatic requirements. (3) The firm must demonstrate experience in providing post construction contract award services to ensure design and construction quality. (4) The firm must demonstrate experience in coordinating submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. (C) PERFORMANCE: (1) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (2) Past performance of the members of the design team working together. (D) CAPACITY: (1) Professional ability to accomplish multiple projects simultaneously. (2) Ability to sustain loss of key personnel while accomplishing the work within required time limits. (E) LOCATION: (1) Geographic location of firm to ensure timely response to unanticipated requests for on-site support. (2) Knowledge of regulatory requirements that would affect projects. (F) PROPOSED MANAGEMENT PLAN: (1) A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 255 shall clearly indicate the staffing of the office indicated to do the work. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements (Note 24 is written in detail in any Monday issue of the CBD). Interested firms having capabilities to perform this work must submit a SF255 and SF254 for the prime and joint venture(s) and SF254 for each sub-consultant to the address below, no later than the close of business on October 5, 2001. The Baltimore District does not retain SF254's on file. The SF255 and SF254 shall clearly indicate the staffing of the office indicated to perform the work. In block 3b of SF255, provide the ACASS number for the prime firm, if available. In SF255, Block 6, provide the ACASS number of each consultant, (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. In SF255, Block 9, provide contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Joseph Neil, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions can be directed to Joseph Neil @ (410) 962-5611. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration, contact (1) CCR Web site at http://www.ccr2000.com; (2) Dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. Additionally, a paper form for registration may be obtained from the DoD electronic Commerce Information Center at 1-800-334-3414. Solicitation packages are not provided on this project. This is not a request for proposal.
- Record
- Loren Data Corp. 20010814/CSOL002.HTM (W-222 SN50U682)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|