DOCUMENT
Z -- Request for information for firms that can furnish implement and assist in executing an indefinite Quantity/Job Order Contract (IQC/JOC) automated system. - RFI
- Notice Date
- 6/10/2008
- Notice Type
- RFI
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
- ZIP Code
- 22202
- Solicitation Number
- RFI08-JOC-00001
- Archive Date
- 6/10/2009
- Point of Contact
- Willard Powell,, Phone: 202/633-7286, Emanuel C. Brown,, Phone: 202/633-7256
- E-Mail Address
-
powellwb@si.edu, brownem@si.edu
- Small Business Set-Aside
- N/A
- Description
- The Smithsonian Institution is seeking companies or firms that can furnish implement and assist in executing an indefinite Quantity/Job Order Contract (IQC/JOC) automated system. The object of the system would be to enable the Smithsonian Institution to rapidly engage contractors to perform construction (repairs and alterations), maintenance, and construction related services. Achieving timely and cost effective procurement of maintenance and construction services is one of the most difficult and challenging facility related tasks facing the Smithsonian Institution. Complying with the standard procurement regulations required for traditional construction services contracts, combined with the necessary technical component of defining the requirements (i.e., architectural and engineering drawings and specifications) for seeking proposals makes it difficult to be responsive to facility users in a timely manner. This has created a need for the Smithsonian Institution to have a more responsive contracting technique for the accomplishment of maintenance, repair and minor construction projects. The Contractors shall develop and maintain a Catalog or Unit Price Book that contains individual construction tasks for all aspects of maintenance, repair and construction of facilities, roads, parking lots, security requirements, Smithsonian Institution specific items, and many other related components. The Contractor shall further provide training and support to the Smithsonian Institution personnel and contractors for the implementation and success of the IQC/JOC system for the Smithsonian Institution. This system would be implemented for work potentially at the following designated locations and associated facilities: •Anacostia Community Museum - Washington, D.C. •Cooper-Hewitt, National Design Museum - New York City •Freer Gallery of Art and Arthur M. Sackler Gallery - Washington, D.C. •Hirshhorn Museum and Sculpture Garden - Washington, D.C. •National Air and Space Museum - Washington, D.C. •Steven F. Udvar-Hazy Center - Chantilly, VA •National Museum of African Art - Washington, D.C. •National Museum of American History, Behring Center - Washington, D.C. •National Museum of Natural History - Washington, D.C. •National Museum of the American Indian - Washington, D.C. •National Museum of the American Indian Cultural Resource Center in Suitland, MD •Heye Center, New York City •National Portrait Gallery - Washington, D.C. •National Postal Museum - Washington, D.C. •National Zoological Park - Washington, D.C. •Smithsonian American Art Museum - Washington, D.C. •Smithsonian American Art Museum Renwick Gallery - Washington, D.C. •Smithsonian Institution Building, the Castle - Washington, D.C. •Arts and Industries Building - Washington, D.C •Ripley Center - Washington, D.C •Archives of American Art - Washington DC & NY, NY •CRC, - Ft. Royal VA •Migratory Bird Center – Washington DC •Museum Conservation Institute - Suitland, Maryland •Smithsonian Astrophysical Observatory - CAMBRIDGE, MA, Amado, Arizona, Mauna Kea, Hawaii •Smithsonian Environmental Research Center - Edgewater, Maryland •SI Libraries in Washington, D.C, Suitland, Maryland, New York, New York, Edgewater, Maryland, and the Republic of Panama •Smithsonian Tropical Research Institute - Republic of Panama •Smithsonian Marine Station at Ft. Pierce Fort Pierce, Florida SCOPE OF WORK AND SERVICES 1.CONTRACTOR will provide experienced staff that will be responsible for the IQC/JOC development and implementation program. This staff will report directly to Smithsonian Institution and will be available to assist Smithsonian Institution with any IQC/JOC related issues. 2.CONTRACTOR will be responsible for the development of IQC/JOC documents including the unit price book for each geographical area covered, based on the USA counties involved, for each contract issued by the Smithsonian Institution, technical specifications, drawings and assist in developing the contract terms and conditions and proposal documents. 3.CONTRACTOR must currently have and manage an internet based, automated IQC/JOC type proposal system, which is capable of generating the IQC/JOC documents including contractor cost proposals, cost estimates and other management reports and forms. The system must utilize secure logins for each user that controls access to all of the system’s features. The system must manage each geographical area independent of other geographical areas but have the ability to view and report on all geographical areas in real time. The system would enable the Smithsonian Institution contractors to generate electronic versions of their cost proposals (and other associated data) for submission to the Smithsonian Institution. The system would enable Smithsonian Institution generated independent cost estimates, detailed scopes of work, review and validate cost proposals (and other tasks associated with issuing work orders) ELECTRONICALLY. The use of the electronic data is intended to be a time and cost savings tool for all parties within this program. In addition it would allow the Smithsonian Institution and the contractors to perform a variety of project management tasks electronically. Included in the system will be the ability to generate management reports for use by the contractor and the Smithsonian Institution. The use of the electronic data is intended to be a time and cost savings tool for all parties within this program. Technical Support - A major component of the proposed system should include Technical Support. Expectations would include assisting the Smithsonian Institution in execution procedures, troubleshooting, implementation, and continuous system monitoring. Technical support is considered to be on going management support for the operational system. 4.CONTRACTOR will be responsible for providing access to the system for both Smithsonian Institution and IQC/JOC contractors. Client will have no restrictions on the number of users on the systems installations. 5.CONTRACTOR will be responsible for testing/debugging the system under actual field conditions prior to the implementation of IQC/JOC at any Smithsonian Institution or contractor site. 6.CONTRACTOR will be responsible for conducting the activities necessary for establishing the structure of the Smithsonian Institution IQC/JOC program, informing the internal Smithsonian Institution staff as well as the contracting community about IQC/JOC, assisting with procurement of the actual IQC/JOC contractors and assisting with development of the actual execution procedures that Smithsonian Institution will use in executing the IQC/JOC concept. Specific services will include: •Develop the IQC/JOC Program Structure/Proposal Strategy, •Prepare and Conduct Pre-Proposal Meetings, •Prepare and Conduct an External Sourcing Program, •Prepare and Conduct an Internal Sourcing Program, and •Coordinate and Develop the IQC/JOC Execution Procedures. 7.CONTRACTOR will be responsible for furnishing a comprehensive IQC/JOC training program. Training is essential to ensure that the IQC/JOC system functions properly. As part of the requirements, the contractor must have developed specialized training courses that would involve all parties utilizing the system this may include: purchasing staff, field staff, engineers, clerical administrative staff and the Smithsonian Institution contractors. All aspects of the system are to be covered in the training. This must include but not be limited to the following: IQC/JOC execution, implementing procedures, system training, post implementation follow up, refreshers as needed. All training is to be "Hands On" at the individual Smithsonian Institution office or contractor’s office, with functional use and individual performance as the objective. 8.CONTRACTOR’S staff will assist in the actual execution of the contracts by assisting Smithsonian Institution staff develop the initial Work Orders. CONTRACTOR’S staff will attend and monitor initial site visits, proposal development and negotiation sessions. During the ninety (90) day period after award of each IQC/JOC contract, the CONTRACTOR will provide on-site service to both the Smithsonian Institution and the contractors as needed to ensure that the implementation phase of the IQC/JOC program is completed successfully. 9.CONTRACTOR will be responsible for providing comprehensive IQC/JOC support to Smithsonian Institution for a period of sixty (60) months following the award of the first IQC/JOC contract by Smithsonian Institution. CONTRACTOR will also monitor the overall program and prepare any status reports required by Smithsonian Institution. Any companies or firms who feel they can furnish the requirements above and would like to furnish a proposal, when issued by the Smithsonian Institution, Please prepare a Letter of Interest, addressed to the individual below. The Letter of Interest should be no greater than twenty (20) pages and should summarize your company’s or firm’s capabilities & experience with IQC/JOC contracts. The letter of interest must address items 1 through 9 listed in the scope of work and services of this RFI. Also include in the letter the URL for your company’s or firm’s internet based, automated IQC/JOC type proposal system and provide a login and password that can be used to access the system. For any additional information or questions, please contact the individual below. BILL POWELL Mailing address: CONTRACT SPECIALIST OFFICE OF CONTRACTING SMITHSONIAN INSTITUTION PO BOX 37012, CC350-12, MRC1200 WASHINGTON DC 20013-7012 Location address: Smithsonian Institution Office of Contracting 2011 CRYSTAL DRIVE - SUITE 350 ARLINGTON VA 22202 PHONE # 202-633-7286 Email: powellwb@si.edu
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c44a756302a46345cb2902f7adfe2ffc&tab=core&_cview=1)
- Document(s)
- RFI
- File Name: RFI in word format (SI REQUEST FOR INFORMATION.doc)
- Link: https://www.fbo.gov//utils/view?id=57061a16c2560850e7007c299ac1b7a8
- Bytes: 52.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: RFI in word format (SI REQUEST FOR INFORMATION.doc)
- Place of Performance
- Address: see description, United States
- Record
- SN01590712-W 20080612/080610222416-c44a756302a46345cb2902f7adfe2ffc (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 |