Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

C -- A/E Services - (Draft)

Notice Date
7/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
John F. Kennedy Center for the Performing Arts, Facilities Management Division, Contracting Office, 2700 F Street NW, Washington, District of Columbia, 20566, United States
 
ZIP Code
20566
 
Solicitation Number
JFK12R00018
 
Archive Date
8/17/2012
 
Point of Contact
David Hoffman,
 
E-Mail Address
dhhoffman@kennedy-center.org
(dhhoffman@kennedy-center.org)
 
Small Business Set-Aside
N/A
 
Description
SF 330 Architect-Engineer Qualifications Past Performance Questionnaire JFK12R00018 RFP Clauses Sections B-M JFK12R00018 A-E Services This solicitation (JFK12R00018) will result in a contract to provide professional Architect/Engineer (A/E) services related to renovation and repair of the John F. Kennedy Center for the Performing Arts (JFKC). All work is federally funded and all contractors, including A/E services, are awarded in compliance with the Federal Acquisition Regulation. The services to be provided are architecture, engineering, and other related specialty consulting. The A/E shall provide all services, material, and equipment necessary to conduct studies, investigations, assessments, estimates, reports, design, and construction administration related to the renovation and repair of the JFKC. Services under this contract will consist of some combination of the following: a) Planning Services and Consulting Studies. Work may include, but not be limited to, preliminary design studies, preliminary cost estimates, engineering surveys, or other specialized consulting reports. b) Design Services. Work may include, but not be limited to, all traditional design activities, including production of plans and specifications, code analyses, design meetings and presentations, detailed cost estimates, and assistance with bidding phase activities. The A/E will typically be required to perform "design-to-budget" services, where the A/E must create design documents that conform to the construction budget identified by JFKC. c) Construction Phase Services. Work may include, but not be limited to, all traditional construction phase activities, including shop drawing review, RFI responses, site visits, project closeout activities, and assistance with change management. This contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract; task orders awarded under this contract can be for studies, investigations, assessments/evaluations, estimates, reports, design, and/or construction administration that will result in renovation and repair of the JFKC. The A/E shall provide all services necessary to plan, schedule, coordinate and ensure the full, effective, efficient, and economical performance of all work ordered under this contract. The prime A/E, structural engineering, and MEP engineering firms shall have an established office within 50 miles of Washington, DC. In terms of local geography, Baltimore, MD is acceptable as local, but Richmond, VA is not. This contract will consist of a one-year contract with options years, if exercised, shall be for an additional four successive one-year option periods, for a contract with potential of a total of five years. The minimum guarantee for the contract is $10,000 per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The total contract value shall not exceed $5 million. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The NAICS Code is 541310. This is an unrestricted solicitation. The response date and time for submissions in response to this solicitation is Thursday, August 2, 2012 NLT 2:00pm EST. A one-time site visit is scheduled for Thursday, July 26, 2012 at 11:00am EST, RSVP to David H. Hoffman at dhhoffman@kennedy-center.org. All submissions in response to this solicitation shall be in accordance with the solicitation and delivered to The John F. Kennedy Center of the Performing Arts, Contracting Office, 2700 F Street NW, Washington, DC 20566-0001, Attn: David H. Hoffman. Questions and Inquires are due in writing NLT 11:00am EST on Monday, July 30, 2012 and shall be forwarded via email to dhhoffman@kennedy-center.org. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/JFKC/FMD/CO/JFK12R00018/listing.html)
 
Place of Performance
Address: The John F. Kennedy Center of the Performing Arts, 2700 F Street NW, Washington, District of Columbia, 20566-0001, United States
Zip Code: 20566-0001
 
Record
SN02809756-W 20120721/120720001632-0d900840216c47f0b7b6f9597aade0d2 (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.