Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR THE SMITHSONIAN INSTITUTION'S MUSEUMS/ORGANIZATIONS/FACILITIES LOCATED IN NEW YORK CITY, NEW YORK

Notice Date
1/28/2015
 
Notice Type
Presolicitation
 
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
F15SOL10025
 
Archive Date
3/11/2015
 
Point of Contact
Melissa D Howard, Phone: 202/275-1244
 
E-Mail Address
howardm@si.edu
(howardm@si.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement has been established as a complete Small Business Set Aside and only Small Businesses shall be considered. The Smithsonian Institution seeks interested Small Business Firms (NAICS code 541310, size standard $7 million) to establish award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Architect-Engineer (A/E) Services Contract(s) that would provide design support for the Institution's Smithsonian Astrophysical Observatory Cambridge Massachusetts facilities. This contract will be procured in accordance with the Brooks Architect-Engineer Act as implemented by FAR Subpart 36.6-Architect-Engineer Services. After award of an IDIQ contract, A/E services will be provided on a work order contract basis. It is anticipated that the base IDIQ contract(s) will be for a period of one year with nine one-year options with an unlimited annual IDIQ contract amount. Individual work orders shall not exceed $2.5 million per work order in total for Title I and/or Non-Title I Services. Selected firms must be capable of responding to and working on multiple work orders, concurrently. Work Order Contracts will be awarded based on the firm's current workload and its ability to accomplish the work in the required time, type of services required, previous experience, including customer satisfaction, performance and quality of deliverables under the current IDIQ, and geographic location. Work Order Contracts may be issued up to one year after selection approval; the government reserves the right to determine the quantity of work order contracts awarded. PROJECT INFORMATION - Services to be provided may include and are not limited to the following: preparation of reports, studies and design criteria; site investigations; surveys; programming; conceptual design; facilities assessment; facility and project master planning; presentations for project review by various bodies including Federal, State and local agency reviews; 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, facility improvement projects, interior space planning, and development and implementation of facility master plan projects. 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. Successful Firms/Contractors will be expected to respond to Smithsonian requests for services with expediency, thoroughness and a high level of design quality. Projects may include, but are not limited to astrophysical research (including labs and workshops) and observatory facilities as well as related office, storage and maintenance support facilities. Firms unable to accept hazardous materials abatement projects need not apply. SELECTION CRITERIA - The Smithsonian Institution will interview only the most highly qualified submissions. 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' firm qualifications, experience and past performance in the following types of projects: design of a variety of sizes of new and renovations of education and visitor centers, scientific research and astrophysical observatories. Projects submitted must be only from the past 10 years and must demonstrate experience in addressing issues associated with renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, and developing design build request for proposals. 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. B. Demonstration of specialized experience and technical competence of the staff with the following: design of a variety of sizes of new and renovations of astrophysical research (including labs and workshops) and observatory facilities as well as related office, storage and maintenance support facilities. Experience submitted must demonstrate experience in addressing issues associated with renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, and developing design build request for proposals. 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, interior designer, cost estimator, and industrial hygienist. The fire protection engineer shall also have a minimum of five years experience dedicated to fire protection engineering, and have a degree in Fire Protection Engineering from an accredited university. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. C. Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms' current and projected workloads. Firms should demonstrate experience with task order contracts and handling multiple, task orders simultaneously. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. D. Firm competence as demonstrated by past performance on contracts in terms of work management, responsiveness, quality of work, cost control and compliance with performance schedules. A proposed Work Management and Design Quality Management Plan shall be submitted with your SF 330 and shall include an organization chart and briefly address management approach, team organization, professional registration, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar contracts. The plan shall also address quality control procedures, cost control, coordination of in-house disciplines and consultants, and scheduling procedures. Only submit examples from the past 10 years. E. Firm location in reasonable proximity of the Smithsonian Institution facilities in Cambridge, Massachusetts. The primary office where the work will be performed and the staffing at that office shall be clearly indicated on the Work Management Plan. The geographic location of the firm will also be considered in order to evaluate the firm's knowledge of the potential project locations. F. Computer capability. Contractor and subcontractors must be able to comply with Smithsonian Institution standards for documentation, drawings and specifications. These standards are available for viewing at the SI Office of Facilities Engineering and Operations Architect-Engineer Information Center website, at http://www.ofeo.si.edu/ae_center/index.asp Required proficiencies include the following: (1) AutoCAD 2014; (2) Microsoft Office, including Project (3) Adobe Acrobat Professional; (4) 3-dimensional modeling, rendering and animation in specialized software such as SketchUp and Autodesk Revit 2014; (5) Success estimating software. SUBMISSION REQUIREMENTS - The successful firm(s)/Contractor(s) will be expected to sign a standard, unmodified, Smithsonian A/E Services Contract. Interested, qualified firms are invited to submit properly completed Standard Form 330 (SF330) and other required information, as specified below, via courier to Melissa Howard, Office of Contracting & Personal Property Management, Smithsonian Institution, 2011 Crystal Drive, Suite 350, Arlington, VA 22202 or via United States Postal Service to Melissa Howard, Office of Contracting & Personal Property Management, Smithsonian Institution, MRC 1200, P.O. Box 37012, Washington, DC 20013-7012. Fax submissions will NOT be accepted. The deadline for submission is no later than February 25, 2015, 2:00 PM, EST Firms must submit Parts I and II of the Standard Form 330 for the prime and joint venture(s). Part II of the SF330 must be submitted for each consultant. On SF330, Part I, Block 5, include DUNS number for the prime firm. On the SF330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Five (5) copies of the SF330 are required. Failure to submit the properly completed SF330 will render the submission unacceptable. Part I of the SF330 shall have a page limit of one hundred twenty-five (125) pages (a page is one side of a sheet). Font size shall not be less than ten (10) points. Preface the submission with an attached original and loose copy of a brief letter on company letterhead. Questions shall be directed to Melissa Howard in the Office of Contracting & Personal Property Management, Smithsonian Institution, via email at howardm@si.edu. The Smithsonian will dispose of submitted material sixty (60) days after receipt 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 PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F15SOL10025/listing.html)
 
Place of Performance
Address: New York City, New York, United States
 
Record
SN03626581-W 20150130/150128234800-75057c3f3e10f831471187c2486d9a0a (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.