Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

C -- South Capitol Street Federal Facilities Space Use Study

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
National Captial Planning Commission, The Office of Administration, The Office of Administration, 401 Ninth Street, NW, Suite 500 North, Washington, DC, 20576
 
ZIP Code
20576
 
Solicitation Number
NCPC-04-02
 
Response Due
7/29/2004
 
Archive Date
8/13/2004
 
Point of Contact
Angela Roach, Contracting Officer, Phone 202-482-7235, Fax 202-501-2550,
 
E-Mail Address
angela.roach@ncpc.gov
 
Description
The National Capital Planning Commission is seeking qualified architectural firms with expertise in facilities planning, programming, and design and an economics consultant with knowledge of existing federal facilities in the National Capitol Region to prepare a study that identifies future federal space use requirements that may locate in the South Capitol Street corridor of the District of Columbia. The project scope of work focuses on the identification of future space needs for existing and other federal agencies that may look to locate in the South Capitol Street corridor. Economics consultant must have access to an inventory of current both owned and leased federal facilities. Consultant will confirm and supplement existing data will through interviews. Deliverables include a forecast of space use by agency for short, mid and long-term time frames and identification of the potential for their location within the corridor. In addition, consultant will identify potential private sector development opportunities associated with existing and future federal facilities, including contractor offices, commercial retail, and residential development. Contractor will develop criteria that may identify South Capitol Street as a desirable location, identify site opportunities for the location of forecast future federal facilities within the corridor, analyze identified sites, and recommend a regulatory environment and design and development criteria. Where applicable, contractor will prepare development and design concepts illustrating the development of future federal facilities within the South Capitol Street corridor. Interim and final findings and recommendations will be presented to the Commission?s South Capitol Street Task Force in association with the ongoing development of District of Columbia Department of Transportation and Office of Planning plans for the Anacostia Waterfront. The project study area is defined by the squares fronting on South Capitol Street from the United States Capitol on the north to the Anacostia River on the south. Firms responding to this announcement must submit a current SF 330, Architect-Engineer Qualifications Statement. A copy of this SF 330 can be obtained from the General Services Administration (GSA) forms library at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do. Firms must also submit a current SF 330 for each and all consultants scheduled for participation. Prospective A-E firms will be evaluated in accordance with the following criteria, which are listed in order of importance. Selected A-E will best meet these qualifications: (1) Professional qualifications necessary for satisfactory performance of required architectural services. (2) Specialized experience and technical competence in urban design and open space planning. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost, control, quality of work, and compliance with performance schedules. (5) Location of the firm in the general geographical area of the project and knowledge of the locality of the project. (6) Participation of small businesses (e.g. Woman Owned Small Business, HubZone Small Business, Veteran Owned Small Business), small disadvantaged businesses, and historically black colleges and universities, or other minority institutions, in the proposed contract team, measured as percentage of the estimated effort. Participation in performance of the contract includes joint ventures, teaming arrangements, and subcontracts. (NOTE: Small Business Prime Offerors Only: The Small Business offeror will be evaluated to determine the extent of participation of the Small Disadvantaged Businesses utilizing the documentation provided in Part 1 Contact-Specific Qualifications, Section C, D and E of the Standard Form 330. Requirements to utilize all other Small Business types (e.g., Woman Owned Small Business, HubZone Small Business, and Veteran Owned Small Business), included in the criteria are not applicable to Small Business offerors. Firms failing to submit any of the aforementioned data will not be given further consideration. The proposed contract will be for a period of sixteen weeks. One copy of all of the SF330s to be received in this office no later than 5:00 pm (EST) the 4th business day after the date of appearance of this announcement. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Type of contract: Firm Fixed Price. The total cost of this requirement is estimated not to exceed the simplified acquisition threshold and is estimated to cost $98,000. A complete Scope of Work may be obtained from Angela Roach, Contracting Officer, National Capital Planning Commission, 401 Ninth Street, NW, Suite 500 North, Washington, DC 20576. Telephone Number: (202) 482-7235. Fax Number: (202) 501-2550. E-mail address: angela.roach@ncpc.gov. Firms having the capacity to perform the services described in this announcement are invited to respond by submitting the Standard Form 330 along with a letter of interest to: National Capital Planning Commission, 401 Ninth Street, NW, Washington, DC 20576 by 5:00 pm EST on July X, 2004. The following information MUST be on the outside of the sealed envelop: 1) Solicitation Number: NCPC 04-02; 2) Due Date: July 29, 2004; 3) Closing Time: 5:00 EST. In block F, G & H of the Standard Form 330, the A/E firm MUST respond to the SIX (6) EVALUATION CRITERIA stated in the FedBizOps announcement for this Request for Qualifications. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36. This is not a Request for Proposal. The A/E Evaluation Board will consist of member(s) of the NCPC Commission and employees. The Board will establish a minimum of three (3) A/E firms to be short-listed. Original Point of Contact Angela Roach, Contract Officer, Phone (202) 482-7235, Fax (202) 501-2550, Email angela.roach@ncpc.gov.
 
Place of Performance
Address: 401 Ninth Street, NW, Suite 500 North, Washington, DC
Zip Code: 20576
Country: USA
 
Record
SN00629855-W 20040725/040723212932 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.