Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
MODIFICATION

C -- A/E MULTIDISCIPLINE ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR THE NATIONAL GALLERY OF ART

Notice Date
5/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
National Gallery of Art;Office of Procurement and Contracts;2000B South Club Drive;Landover MD 20785
 
ZIP Code
20785
 
Solicitation Number
NGA14RFP0021GS
 
Response Due
6/6/2014
 
Archive Date
8/5/2014
 
Point of Contact
Geoffrey P Spotts, Phone: 202-842-6407
 
E-Mail Address
g-spotts@nga.gov
(g-spotts@nga.gov)
 
Small Business Set-Aside
N/A
 
Description
MULTIDISCIPLINE ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR THE NATIONAL GALLERY OF ART Solicitation Number: NGA-14-RFP-0021GS Agency: National Gallery of Art Office: Office of Procurement and Contracts (APC) Location: Washington, DC 1. CONTRACT INFORMATION: The proposed procurements listed here are unrestricted. The NAICS code 541310, small business size standard is $7 million. All responsible sources are encouraged to submit qualifications which shall be considered by the National Gallery of Art ("Gallery", "NGA"). This announcement is for the selection and award of multiple (up to five) Architect-Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts that would provide design support for Gallery facilities. It is anticipated that the base IDIQ contracts will be for a period of one year with four one-year options, with the possibility of five additional one-year Award Term Options contingent upon the Contractor providing excellent service. The Gallery intends to utilize an "On Ramp" concept to maintain a sufficient pool of contract awardees throughout the term of the IDIQ contracts; i.e., after completion of the base year, the Gallery may make additional awards to new firms at any time during the term of the contract. After award of an IDIQ contract, A-E services will be provided on a task order contract basis. Individual task orders will not exceed $250,000 with an annual IDIQ contract amount not to exceed $500,000. The selected firms must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the A-E's current workload and its ability to accomplish the order in the required time, Fair Opportunity, type of services required, and/or on a rotational basis. Work is anticipated to be in the Washington, DC metropolitan area including Maryland. These contracts are being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6-Architect-Engineer Services. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan consistent with FAR 19.7 will be required prior to contract award. A subcontracting plan may be considered more favorably if it has a higher percentage (with a target of 30%) of planned subcontracting dollars going to small and small disadvantaged businesses (i.e., Historically Black Colleges and Universities or Minority Institutions; Women-owned small businesses (WOSB); Hub-zone Small Businesses (Hub-SB), Veteran-owned small businesses (VOSB); Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Multidisciplinary architectural and engineering services to be provided for the Gallery may include but are not limited to the following: preparation of reports, studies and design criteria; site and geotechnical investigations; surveys; programming; conceptual design; facilities assessment; facility and project master planning; multidisciplinary architectural and engineering development of contract documents comprised of drawings and specifications for architectural, structural, mechanical, electrical, plumbing, fire protection, security systems and hazardous materials abatement for a variety of routine and complex projects; cost estimating for project proposals and detailed construction cost estimating; value engineering; code compliance and accessibility review; commissioning; technical information for design-build requests for proposals. The work may include new construction, major and minor repairs, alterations, building renovations, tenant fit-up and operations, landscape design, facility improvement projects, and interior space planning. Post design and construction phase services may include construction bid and negotiation support, site visits, construction administration, shop drawing and submittal reviews, technical assistance, commissioning/start-up/fit-up design support and preparation of as-built record drawings. A-Es will be expected to respond to Gallery requests for services with expediency, thoroughness and a high level of design quality. Projects may include, but are not limited to museums, research facilities, retail and food service facilities, dust collection systems, air washer systems, decorative fountains, switch gear stations, sewage collection systems, steam and chilled water facilities, lighting dimmer systems, incidental Building Automation System (BAS) requirements, non-standard glass and door systems, and decorative, historical and architectural finishes. This announcement is open to all businesses regardless of size. 3. PRIMARY SELECTION CRITERIA: Firm evaluation and selection will be conducted in accordance with FAR 36.6 and will be based on the following primary criteria which are listed in descending order of importance: A. Prime contractor and subcontractors' qualifications and experience. Basic disciplines and areas of expertise shall include architectural, mechanical, electrical, plumbing, structural, civil, fire protection, security, master planning, space planning, cost estimating, accessibility, sustainable design, food service and retail design, hazardous material surveying. Responding firms are required to clearly identify disciplines to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications of all subcontractors. Additional specialists in some or all of the following areas are expected: museum exhibit design, lighting design (architectural and exhibit lighting), landscape design. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines and areas of expertise: Project manager, architect, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, plumbing engineer, fire protection engineer, geotechnical engineer, building commissioning expert, land surveyor, interior designer, cost estimator, landscape architect, and industrial hygienist. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. B. Demonstration of specialized experience and technical competence of the firm and major subcontractors and consultants with the following: Design of a variety of sizes of new facilities and renovation/restoration of museums, historic structures, scientific/research/engineering facilities, facilities accommodating large numbers of public visitors, environmentally sensitive sites, renovation of facilities while maintaining operations. Experience with large task order contracts and handling multiple, task orders simultaneously. Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to ensure projects remain within budget. Preparation of project programming documents, including master planning studies and experience in conduction planning and design charrettes. Topographic surveys, soil surveys, and subsurface exploration including associated testing. Experience with storm water management and erosion and sedimentation control. Preparation and development of the technical information for design build request for proposals. C. Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms' current and projected workloads. A proposed Project Management Plan shall be submitted with the SF330 and shall include an organization chart and briefly address management approach, team organization, professional registration, coordination of in-house disciplines and consultants, scheduling procedures, quality control procedures and prior experience of the prime firm and any of their significant consultants on similar contracts. D. Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for all relevant contracts and subcontracts including the name, address, and telephone number of references. Submit information for relevant contracts and subcontracts started or completed within the past 5 years, measured from the date of this solicitation. Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed; performance on contracts in museums, cultural institutions and buildings of historical significance are preferred and may be considered more favorably. Firm may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts. Firms are strongly encouraged to include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. 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. The Gallery reserves the right to consider other sources of past performance information not provided or considered by the offeror. E. Firm location in reasonable proximity of Gallery facilities in Washington, D.C. The primary office where the work will be performed and the staffing at that office shall be clearly indicated on the Work Management Plan. F. Computer capability. Contractor and subcontractors must be able to comply with the Gallery's standards for documentation, drawings and specifications. Required proficiencies include the following: (1) AutoCAD 2008; (2) Microsoft Office, including Project (3) Adobe Acrobat Professional; (4) 3-dimensional modeling, rendering and animation in specialized software such as Autodesk 3ds Max, Autodesk Maya. 4. ORAL PRESENTATIONS: The Gallery may request oral presentations from the most highly qualified candidates. 5. QUESTIONS AND ANSWERS Questions shall be sent by email to the Contract Specialist. Questions should be stated concisely and numbered in sequential order. All questions must be provided on or before 3:00 p.m. Eastern Daylight Time on May 16, 2014. Answers to all questions will be distributed to all prospective firms. Questions received after that date may be answered at the Gallery's convenience. 6. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit five (5) copies and one (1) digital copy (CD, DVD, USB thumb drive, etc.) each of the complete SF 330 Architect-Engineer Qualifications for the firm or joint venture and SF 330 Architect-Engineer Qualifications Part II, for each subcontractor. The submittal of supplemental attachments to SF 330 per evaluation factors is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 3:00 PM Eastern Daylight Time on June 3, 2014. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. In addition, please comply with the following: A.) Include DUNS number for the prime firm. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711; and B.) On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section; C.) The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font; and margins shall not be less than one inch; D.) Solicitation packages are not provided; E.) Failure to submit SF330 will render the submission unacceptable F.) Telephone calls, personal visits, e-mails or any other contact with Gallery staff other than the contacts listed herein to discuss this requirement are prohibited. G.) 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. H.) Fax submissions will NOT be accepted. I.) Preface submissions with an attached original and a loose copy of a brief letter on company letterhead. J.) Response to this announcement must be in writing only; telephone calls and personnel visits are discouraged. The required forms shall be submitted to the following address: 1) Hand-delivery ONLY (recommended): National Gallery of Art, Office of Procurement and Contracts (APC) 601S Pennsylvania Avenue, NW, 3rd floor Washington, DC 20004 Attn: Geoffrey Spotts 2) Delivery by U.S. Postal Service or Commercial Carrier (Federal Express, UPS, etc.): National Gallery of Art, Office of Procurement and Contracts (APC) 2000B South Club Drive Landover, MD 20785 Attn: Geoffrey Spotts Primary point of contact: Geoffrey Spotts, Contract Specialist National Gallery of Art, APC 2000B South Club Drive Landover, MD 20785 Tel: 202.842.6407 Email: g-spotts@nga.gov Secondary point of contact: Michael Benavides, Deputy Chief, Procurement and Contracts National Gallery of Art, APC 2000B South Club Drive Landover, MD 20785 Tel: 202.842.6408 Email: m-benavides@nga.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NGA/AOPC/WashingtonDC/NGA14RFP0021GS/listing.html)
 
Place of Performance
Address: National Gallery of Art;6th Street and Constitution Avenue, NW;Washington, DC 20565
Zip Code: 20565
 
Record
SN03355724-W 20140504/140502234451-8bc13c91dda0ed40eea6a16c2f4a12d5 (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.