Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2014 FBO #4463
SOLICITATION NOTICE

56 -- Fabrication and Installation of NMAAHC Exhibit Design

Notice Date
2/10/2014
 
Notice Type
Presolicitation
 
NAICS
712110 — Museums
 
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
F14SOL10018
 
Point of Contact
Maia Puryear, Phone: 202/633-7283, Thomas E. Dempsey, Phone: 202/633-7259
 
E-Mail Address
puryearmj@si.edu, dempseyt@si.edu
(puryearmj@si.edu, dempseyt@si.edu)
 
Small Business Set-Aside
N/A
 
Description
The National Museum of African American History and Culture (NMAAHC) Act (Public Law 108-184), signed by President Bush on December 16, 2003, established NMAAHC as the Smithsonian Institution's newest museum. NMAAHC is the national museum for the study and exposition of African American history and culture; it is scheduled to open in late 2015. NMAAHC will be constructed on the National Mall in Washington, D.C. at its intersection with the Washington Monument Grounds. The National Mall, Washington Monument, and the Washington Monument Grounds are listed on the National Register of Historic Places. The five-acre site is bounded by Constitution Avenue and Madison Drive, between 14th and 15th Streets, NW. The site will be developed with landscaping and improvements for outdoor museum programs, consistent with its context as contributing to a National Historic Landmark on the National Mall and the Washington Monument Grounds. The museum will be approximately 390,000 gross square feet in size, including approximately 84,000 square feet of public exhibition space, plus a 5,000 square foot changing gallery. In addition to exhibition galleries, there will be performance and public program spaces, a 350-seat theater, food service, and retail spaces. Non-public spaces will include an integrated loading dock, collection workrooms, exhibit production shops, administrative offices, and support spaces. The building will incorporate state-of-the-art technologies for exhibits, research, and communications. NMAAHC design, construction, and operations are planned to achieve LEED Gold certification with exhibit fabrication a contributor to obtaining LEED points. The Smithsonian Institution seeks to pre-qualify prime contractors to furnish exhibition fabrication and installation services for NMAAHC. Work under this project will include fabrication, delivery, and installation of all casework, graphics, scenic finishes, and exhibition lighting. Artifact mounts, AV equipment and integration, and media production are not included in the work, but the selected contractor will be required to coordinate with these trades to complete the project. Please note that this solicitation will be conducted in two phases: (1) a Request for Qualifications (RFQ); and (2) a Request for Proposals (RFP). The first phase involves the submission of a firm's qualifications to handle this project. A short-list of offerors will be selected based on these qualifications' submissions. The second phase, which will be conducted with the short-listed offerors, will include a meeting with Smithsonian representatives and submission of proposals. At a minimum, firm evaluation in the RFQ phase will be based on the following criteria: (1) Experience/Performance of the Prime Contractor, including, but not limited to, Comparable and Non-Comparable Experience; and (2) Financial Capability, including a firm's bonding and insurance capacity. This announcement is open to all businesses regardless of size. The contract awarded will be firm-fixed-price and the successful offeror will be expected to sign a standard, unmodified, Smithsonian fabrication and installation contract. Minority businesses, Small businesses, Small disadvantaged businesses, Women-owned small businesses, Hub-zone small businesses, Veteran-owned small businesses, and Service Disabled Veteran owned businesses are strongly encouraged to apply. In addition, firms electing to create teams, joint ventures, or other types of business arrangements or strategic alliances to (i) maximize the depth of talent, and (ii) meet the specialized experience qualifications that will be contained in the RFQ and subsequent RFP are also encouraged to respond. The North American Industry Classification Code (NAICS) for this procurement is 712110. More detailed specifications for the RFQ phase of this solicitation will be provided within fifteen (15) days of this posting. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F14SOL10018/listing.html)
 
Record
SN03284735-W 20140212/140210234046-bc8d637d8174d51dd50a6297f2b579fd (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.