Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

C -- Renwick Gallery Major Renovation

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
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
F11SOL10038
 
Archive Date
9/22/2011
 
Point of Contact
Jasmine E Price, Phone: (202) 633-7284
 
E-Mail Address
pricej@si.edu
(pricej@si.edu)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: The proposed procurements listed here are unrestricted. The NAIC code 541310, size standard is $5 million. All responsible sources are encouraged to submit a proposal which shall be considered by the Smithsonian Institution. The Smithsonian Institution seeks interested contractors to furnish Architectural-Engineering (A-E) Design Services as required for the major renovation of the Renwick Gallery. This project, known as the Renwick Gallery Major Renovation, OFEO Project 1057503. The Renwick Gallery is approximately 40,000 sf and houses the crafts and decorative arts program of the Smithsonian American Art Museum. In 1969 the building was designated a National Historic Landmark. The building is in need of a renovation to address failing infrastructure and upgrade several systems including, but not limited to: HVAC, electrical, water conservation, fire alarm and life safety, roof, roof drainage, exterior façade, 17th street accessible visitor entrance, rest rooms, electronic security, and anti-terrorism improvements. To accomplish the goals and objectives of this project, it is envisioned to close down Gallery operations and implement one single construction contract. The goals and objectives are to provide reliable and efficient systems, improve visitors' experience, and provide compliance with building codes. The estimated construction budget will be greater than $20 million. Services include, but are not limited to, field investigations, cost analyses, schematic design development, production of detailed construction contract documents, construction phase services, and the development of presentations for internal stakeholder groups and external agencies. SELECTION CRITERIA Evaluation and selection of firms shall be in accordance with FAR 36.6. Firms should submit qualifications using SF330, Architect-Engineer Qualifications. Selection will be based on the below criterion, which are listed in descending order of importance. Criteria numbered 1 thru 8 are primary, and criteria number 9 is secondary and will only be used as a tie-breaker in the case of technically equal firms. 1) Firm Qualifications: Demonstrated recent (within 5 years of the solicitation issuance date) specialized experience, technical competence and past performance of the firm and major consultants in major renovations of the art galleries, museums, libraries, archives and collections of sensitive artifacts located in National Historic Landmark building or buildings nominated to the Register of Historic Places. Major Renovation shall include replacement and upgrade of all major building systems including HVAC, incorporation of anti-terrorist measures including blast analysis, and hazardous materials abatement. The evaluation will also consider the firms working history with its major sub consultants. 2) Staff Qualifications: Firms' staff will be evaluated based on the education, training, registration, relevant experience, and longevity with the firm with respect to the proposed key disciplines for principals, project managers and technical discipline leaders. The selected firm must have, either in-house or through consultants experience in the following disciplines: Architectural Design, Acoustics, Anti-Terrorism/Force Protection/Blast Analysis, Asbestos Abatement, Cost Estimating, Electrical Design, Fire Protection and Life Safety, HVAC design, Historical Preservation, Space Planning, Architectural and Exhibit Lighting, Plumbing & Piping Design, Roofing and Waterproofing, Security Systems, Blast Analysis, Seismic Designs & Studies; Structural Design, Sustainable Design ( LEED certification), Communication and Data, Utilities. Professional registration (PE) is required for all engineering disciplines; registration for architects including project managers and project architects is required. LEED accreditation for sustainability designers, engineers and architects is required. Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. 3) Firms must demonstrate specialized interdisciplinary team experience and approach while working in National Historic Landmarks including art galleries, museums, library collections, archives and collections of sensitive artifacts specifically related to climate control systems. Indicate challenges when designing all building systems to respect historic fabric. Experience must include Section106 review process. 4) Firms must demonstrate specialized experience in analysis and implementation of Leadership in Energy and Environmental Design (LEED). Indicate challenges when designing all building systems to respect historic fabric, explain sustainability goals planned and achieved. 5) Firms must demonstrate specialized experience in incorporation of anti terrorist force protection into historic National Historic Landmarks building envelope and buildings nominated to the Register of Historic Places. 6) Firms must demonstrate the available capacity of the project team to accomplish the work within specified time constraints based on submittal of firm's current and projected workloads. 7) Proposed Work Management and Design Quality Management Plan shall be submitted with SF 330 and shall include organization chart and briefly address management approach team organization coordination of in-house disciplines and consultants, responsiveness, cost control, adherence to performance schedules and prior experience of prime firm and any of their significant consultants on similar contracts. 8) Location of prime and subcontractors must be within reasonable proximity to Washington, D.C. The primary office where the work will be performed and the staffing at the office shall be clearly indicated on the Work Management Plan. 9) Small Business, Small Disadvantaged Business, and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, the proposed contract team, measured as a percentage of the total estimated effort must be indicated. 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 (HubZoneSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDVSB). 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. SUBMISSION REQUIREMENTS: Qualified firms are invited to submit completed Standard Form 330 and other appropriate data no later than 3:00 PM on September 7, 2011 to the following: By delivery Smithsonian Institution Office of Contracting 2011 Crystal Drive, Suite 350 Arlington VA 22202 Attention: Jasmine Price By mail Smithsonian Institution Office of Contracting PO BOX 37012 CC350, MRC 1200 Washington DC 20013-7012 Attention: Jasmine Price. Include the firm or joint venture DUNS number in SF330 PART I, Section B, Block 5. A firm or joint venture located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. The organization chart required in section D and the matrix required as Section G, Part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A maximum of TEN (10) projects will be reviewed in PART I, Section F. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on September 7, 2011. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Eastern Time on the closing date specified in this announcement. Failure to submit SF 330 will render the submission unacceptable. Responding firms are required to clearly identify tasks to be performed in house and those to be subcontracted. Firms must submit the names and supporting qualifications of all subcontractors. Fax submissions will NOT be accepted. Include a cover letter with original signatures on company letterhead. The Smithsonian will dispose of submitted material 60 days after vendor selection unless a specific written request is made for its return. Returns will be at the expense of the firm submitting the information. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F11SOL10038/listing.html)
 
Place of Performance
Address: Renwick Gallery of Art, Smithsonian Institution, 17th & Pennsylvania Ave, NW, Washington, District of Columbia, 20560, United States
Zip Code: 20560
 
Record
SN02523950-W 20110807/110805235231-427bcbb13530d2851330e95eb9a01403 (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.