SOURCES SOUGHT
Y -- NMNH-HVAC Renovations Ground Floor - RFQ
- Notice Date
- 3/24/2010
- Notice Type
- Sources Sought
- 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
- F10SOL00020
- Archive Date
- 1/31/2011
- 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
(powellwb@si.edu, brownem@si.edu)
- Small Business Set-Aside
- N/A
- Description
- Qualification statement The Smithsonian Institution seeks to qualify prime contractors to furnish renovation/construction services for the Smithsonian Institution's National Museum of Natural History "NMNH - HVAC Renovations Ground Floor Project". This area is the ground floor of the Main Building of the NMNH located at 10th and Constitution Avenue, Washington, DC. The area (approximately 36,000 sf) currently houses Smithsonian Library collections, Paleobiology labs, and facility support (security control room, offices, mechanical/electrical rooms). The collections will be moved off-site at which time the floors will be renovated to accommodate the Smithsonian Early Enrichment Center, Smithsonian Library, the Learning Center, Paleobiology Labs, and Facility Operations offices; installation of mezzanine elevators; replacement of monumental windows; and abatement of hazardous materials including but not limited to asbestos and lead based paint. Work under this project includes hazardous material abatement, architectural, mechanical, electrical, fire protection, and security renovations to accommodate the building's functions. The Work includes, but is not limited to: - Demolition of existing mezzanine structure, existing interior partitions, casework, suspended ceilings selected utilities and systems. - Relocation and rerouting of existing utilities located in the tunnels beneath or adjacent to the project area. - Construction of interior intermediate level and associated below-grade structural supports, partitions, installation of new doors and interior glazing, finishes, equipment, specialty plumbing systems, fire extinguishing systems, HVAC systems, electrical work, lighting and security systems. - Repair and restoration of existing plaster finishes throughout project area. - Installation of mezzanine elevators - Replacement of monumental windows - Abatement of hazardous materials including but not limited to asbestos and lead based paint. Total period of performance allowed for construction is estimated to be approximately 365 calendar days from date of Notice to Proceed. Estimated cost range is between $ 12.5m and $ 17.5m Firm evaluation and selection will be conducted in accordance with FAR 9 and will be based on the following criteria: Experience/Performance 1.) Comparable projects 2.) Non- comparable projects Capabilities 1. Organization 2. Safety 3. Backlog 4. Financial Capability 5. Bonding capacity 6. Banking The successful firm will be expected to sign a standard, unmodified, Smithsonian construction contract. The North American Industry Classification Code (NAICS) for this procurement is 236220 and the size standard under this code is $31 million average annual receipts over the last three years. This announcement is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business, a subcontracting plan consistent with PL 95-507, PL 99-661 and PL 100-656 will be required with the final fee proposal. A minimum goal of 23% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 5% with Women-owned small businesses (WOSB); 3% shall be placed with Hub-zone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. An approved small business-subcontracting plan will be required prior to award. Interested, qualified firms are invited to submit Qualification Statement to be the delivered to Smithsonian Institution, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, VA, 22202, Attention: Willard Powell, or mailed to Smithsonian Institution, Office of Contracting, PO BOX 37012, CC350, MRC 1200, Washington DC 20013-7012 attention Willard Powell no later than 3:00 PM on the April 23, 2010. Failure to submit complete package will render the submission unacceptable. Fax submissions will NOT be accepted. Preface submission with an attached original loose copy brief letter on company letterhead. The Smithsonian will dispose of submitted material 60 days after receipt. THIS IS NOT A REQUEST FOR PROPOSALS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F10SOL00020/listing.html)
- Place of Performance
- Address: NMNH, 10th and Constitution Ave NW, Washington, District of Columbia, 20560, United States
- Zip Code: 20560
- Zip Code: 20560
- Record
- SN02101008-W 20100326/100325011100-981cb5e2b715e722fc7e2bb918bb9d3e (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 |