SOLICITATION NOTICE
C -- DESIGN OF NATIONAL MUSEUM OF THE U.S. ARMY (NMUSA), FORT BELVOIR, VA
- Notice Date
- 3/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-04-R-0029
- Response Due
- 4/16/2004
- Archive Date
- 6/15/2004
- Point of Contact
- MARY A. RICHE, (410) 962-4880
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore
(MARY.A.RICHE@NAB02.USACE.ARMY.MIL)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Architect-Engineer services are required for a Firm Fixed Price contract for site investigation, planning, program validation, survey and geotechnical report, engineering studies,including vehicular traffic, space planning, c oncept design, interior design, schematic design, charrette, preliminary design, design development, construction documentation, parametric and construction cost estimating, construction phasing, and other engineering services and construction phase servic es for the subject project. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews, site visits, and technical assistance. Services may include commissioning design and supp ort, design of tenant improvements and support services, startup services, and assistance. This announcement is open to all businesses regardless of size. Selection of three to six firms for further evaluation is anticipated in May 2004. Final A-E selecti on and award of the contract is anticipated in August 2004. 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, 95-907, and 99-661. The plan is not required with this submittal but will be required from those firms selected for the interview phase. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontractin g dollars shall be placed with Small Disadvantaged Businesses, to include Historically Black College and University or Minority Institutions, 10% with Women-Owned Small Businesses, 3% to HUB Zone small business firms, 3% with Veteran-Owned Small Businesses , and 3% Small-Disadvantaged Veteran-Owned. Baltimore District encourages all small businesses to participate as primes and should consider teaming with other small businesses. The North American Industry Classification Code is 541330. The size standard fo r this procurement is $4,000,000.00 average annual receipts over the last 3 fiscal years. It is imperative that all small disadvantaged businesses contact their Small Business Administration Office to obtain Small Disadvantaged Business Certification. With out SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Award of the contract to the subsequently selected firm is anticipated in August 2004. 2. PROJECT INFORMATION: This project will design a new museum complex to support approximately 400,000 GSF of internal spaces, on a site of approximately 55 acres adjacent to US Highway 1 in the center of Fort Belvoir. Phasing may be required due to incre mental funding of the construction of the project. The new museum will display the best of the US Army Museum services extensive collections that cover over nearly 400 years of military history in and beyond the US. One goal is to develop a museum that app eals to the emotions of the visitor by telling stories of the sacrifice and service of the soldiers of the US Army in ways that truly engage the visitor. A second goal is to educate both soldiers and the public about the role of the Army in the developmen t of the nation. The project may conceptually be divided into four sections: Galleries - the main internal visitor attractions of the museum; Public access, circulation, service, education and commercial areas that will range from spaces for corporate ente rtainment to theatres, a simulator park, and normal catering and retail outlets; External, Includes a parade ground with seating for several thousand, a memorial garden, pavilions for macro objects, an amphitheater, a cafe, and an Army obstacle course and related childrens adventure playground; and Support Working areas for staff, collections care, and storage. Through the display of the museums collections and other s ensory experiences that will accompany them, the intent is to tell the story of the Army through the experience of those who have served to honor service, inspire soldiers, educate Americans, preserve the Armys legacy, and to be the capstone of the Army Mu seum system. The design will specifically address involvement of the museums visitors by appealing to their emotions through the relation of stories of the sacrifice and service of the soldiers of the US Army in a manner that truly engages the visitor. Sta te-of-the-art communication links and audio-visual technology will be included in the project. The selected designer will work closely with the Center for Military History throughout the planning and design of all of the facilities. The interior design of the museum, the restaurants in the galleries and temporary galleries, and all public areas must be coordinated with the exhibitions designers and graphic designers. The project includes mechanical, electrical, fire protection, redundant power and informati on systems, and installation of access control and intrusion detection systems. Construction cost estimates will be prepared using the US Army Corps of Engineers' Computer Aided Cost Estimating System (MCACES), software provided by Government. Anti-terrori sm/Force Protection (AT/FP) measures will be considered. Access for the handicapped will be provided. Comprehensive interior design services are required. Specifications will be produced in SPECSINTACT using Uniform Facility Guide Specifications. Design re view comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/Dr-Checks. The estimated construction cost of this project including exhibits is between 250 and 300 million dollars. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance, first by major criterion and then by each sub-criterion. Criteria 'a' through 'e' are primary. Criteria 'f' throug h 'g' are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Experience in the design of large museum complexes or other large similar comp lexes. (2) Experience in working with museum exhibit designers to create complete integrated museum campuses . (3) Experience in the design of innovative and architecturally aesthetic facilities. (4) Experience in design of facilities with a requirement f or highly reliable, redundant utility systems of a size equivalent to this facility. (5) Experience in the design of facilities with highly complex and innovative audio-visual and graphic display and other sensory components. (6) Experience with the design and integration of extensive, robust, internal communication networks into building systems architecture. (7) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) design criteria and construction standards. (8) Experience in spec ial foundation designs for unusual loading conditions. (9) Experience in energy conservation, pollution prevention, waste reduction, Spirit evaluations and designs, and the use of recovered materials. (10) Knowledge of the locality of the project including geologic features, environmental conditions, climatic conditions, local construction methods, obtaining permits, and experience in presenting to NCPC and CFA. b. Key disciplines that are required to be registered and licensed are: project management, arc hitecture, landscape architecture, mechanical, electrical, fire protection, structural, civil, transportation, environmental, communications engineering, industrial hygiene, and land surveyor. Other key disciplines that shall be presented are: museum plann er, interior designer, acoustical, lighting, security, information technology, audio-visual, plumbing, cost estimating, and other required specialty support disciplines. The fire pro tection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and have one of the following: (1) a degree in Fire Protection Engineering from an accredited university, (2) passe d the National Council of Examiners for Engineering and Surveys, NCEES, fire protection examination, or (3) be registered in an engineering discipline related to fire protection engineering. The evaluation of these disciplines will consider education, trai ning, overall and relevant experience and longevity with the firm. c. Work management: A proposed management plan shall be presented that includes an organization chart and briefly addresses management approach, team organization, quality control procedure s, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. d. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. The evaluation will consider the experience of the firm and any consultants in s imilar size projects, and the availability of an adequate number of personnel in key disciplines. f. Extent of participation of small businesses including woman owned small business, small disadvantaged businesses, historically black colleges and universi ties, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. The Selection Board will conduct in-person interviews wi th firms considered to be highly qualified. These interviews will result in approximately three to six firms being selected to provide formal presentations. These firms will be provided with an Architectural Brief of the museum requirements and requeste d to provide a presentation on their understanding of the project and their conceptual approach. The final selection of the firm will be made after the presentations. No stipends will be provided to firms requested to make presentations. Further directio n concerning this effort will be given at that time. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit an SF255 for prime and SF 254s must be submitted for the prime and for each consultant. A SF 255 must be submitted for prime and joint ventures and a SF 254 must be submitted for prime, joint ventures and consultants to the above address, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include the firms ACASS number on the SF 255, Block 3b. On the SF 255, Block 6, provide the ACASS number for each consultants, 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. On the SF 255, Block 9, provide contract award dates for all projects listed in that section. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated t o perform the work. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration to be considered for award of a Federal contract. Information regarding registration can be o btained online at www.ccr.gov or through CCR Assistance Center, CCRAC, at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same p hysical location. For example, a vendor could have two records for themselves at the same physical locati on to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St. , Room 7000, Baltimore, MD 21201, ATTN: Mary A. Riche. Contracting questions should be directed to mary.a.riche@nab02.usace.army.mil or (410) 962-4880. All technical questions should be directed to Mr. Jim Simms, Baltimore (410) 962-0684 or Ms. Justina Ne sbitt, Baltimore (410) 962-4920. Solicitation packages are not provided. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00548145-W 20040319/040317223342 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |