Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity type contract for the design (architectural build out) for development of the African Burial Ground Interpretive Center, Manhattan, New York.

Notice Date
2/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
C2000060100
 
Response Due
3/29/2006
 
Archive Date
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified firm(s) or organization(s) to provide Multi-Disciplinary Architect/Engineer (A/E) Design Services under an Indefinite Quantity contract for the design (architectural build out) for development of the African Burial Ground Interpretive Center, Manhattan, New York. The lead firm selected for contract award will be predominately an architectural-engineering design firm. In order to be considered for award, the A/E firm and all required sub consultants must be licensed in the State of New York at the time of submission of the Statement of Qualifications. Background In 1991, construction workers for the General Services Administration (GSA) working on a new federal building in Ted Weiss Federal Office Building, 290 Broadway, New York, New York encountered skeletal remains of individuals interred in the historic African Burial Ground. The African Burial Ground in Lower Manhattan represents the important role and major contribution that enslaved African men, women, and children made to the economy, development, and culture of America, both in the South and North. This project requires an intimate knowledge of African-American culture and experience working with diverse communities representing multiple points of view. (www.africanburialground.gov). The A/E shall create an environment that is FULLY integrated with the exhibit needs (via a separate firm) that will inform, engage and enlighten visitors about the historical, archaeological, and cultural findings surrounding the burial ground and New York's African ancestry. The purpose will be met via a ~8,780 SF Visitor/Interpretive Center within the Ted Weis Building (first floor). Types of services to be provided by the design team: A) Pre-Design Services: 1. Project Verification of scope and budget. 2. Programming, 3. Class "C" - Construction Unit Cost Estimate verification, 4. Site Analysis, and 5. Supplementary Services; cost estimating, Value Analysis and Charettes; B) Design Services: 1. Schematic Design, 2. Value Analysis/value engineering 3. Design Development, 4. Construction Document; C) Construction Phase Support Services. REQUIRED DISCIPLINES: Mechanical, Electrical, Civil, and Structural Design/Engineering and Documentation Services; and Architectural Design/Documentation Services. Incidental services, e.g. CADD drafting, word processing, cost estimating, etc. may be required in the performance of specific task order requirements. All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $500,000 for the life of the contract. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $10,000.00. DRAFT SCHEDULE: This is an aggressive schedule to meet the dedication date set forth by Government. Pre-Design: Begin June 11 and complete July 10, 2006 Schematic Design: Begin July 13 and complete September 15, 2006 Design Development: Begin September 15, 2006 and complete January 6, 2007 Construction Documents finished by April 22, 2007 Dedication: February 1, 2008 COORDINATION The proposed work will extend over several fiscal years, involving design at various stages, which will require that the selected firm must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub consultants. The A/E will need to have direct contact with Federal, State and local regulatory agencies to assure compliance with regulations, codes and policies. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee based upon the following evaluation criteria, listed in descending order of importance: 1. Demonstrated ability, experience and technical competence in the type of work required under this contract, (to include intimate knowledge of African-American culture and experience working with diverse communities representing multiple points of view). Specific past performance records on previous architect/engineering work, documenting the quality of the firm's work and the firm's history of meeting performance schedules budgets and project scopes. 2. Demonstrated experience in the design of facilities that are in harmony and express and reflect the art, culture, symbolism, spirituality, and architecture of the cultural theme of this project. 3. Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental goals, whole systems approach and follow-through. Include experience working with exhibit and interpretive designers and museum curators. 4. Ability of the team to communicate, coordinate, and facilitate work expeditiously (with owner involvement in related meetings) and readily integrate into a multi-disciplinary design team managed through the NPS that can include park partners. The team's ability to provide political sensitivity while working with multi-jurisdictional teams and clients who have a clear understanding of their needs, and including the team's ability to manage conflict resolution when necessary to reach collaborative decisions. Emphasis will be placed on the team's ability to work with multiple entities including Federal, State, and local agencies and other stake holders. 5. Demonstration of a sustainable design ethic, philosophy, and approach and the ability of the team to produce viable design solutions that show an awareness and sensitivity to local natural and cultural resources and the global environment, as well as aesthetic considerations appropriate for National Park settings. Specialized experience in the field of sustainable building design and a demonstrated ability to comprehensively integrate the concept of sustainability into the project and LEED experience; The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. This procurement is being made as a total small business set aside. Small, small disadvantaged, veteran owned, and women-owned small businesses are encouraged to participate as prime contractors or as sub consultants. The NAICS code for this solicitation is 541330, in order to be considered a small business; the firm's average gross receipts for the past three years can not exceed $4.5 million. Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 330 for each firm, a Team Standard Form 330, and an organization chart of the team in an original only. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on Standard Form 330. Additional information should not exceed 20 double-sided pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. All responses and the Standard Form 330 to this announcement must be received before 4:00 p.m. Mountain Daylight Time, March 29, 2006 at the following address: National Park Service; Attn: Dave Thomas; 12795 West Alameda Parkway; Denver, Colorado, 80225. If you have any questions you can reach me at (303)969-2166, or via e-mail at david_thomas@nps.gov. Note: This is not a Request for Proposals.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2088109)
 
Place of Performance
Address: Ted Weiss Federal Office Building, 290 Broadway, New York, New York
Zip Code: 100071823
Country: USA
 
Record
SN00995619-W 20060301/060227212615 (fbodaily.com)
 
Source
FedBizOpps 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.