Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2018 FBO #6001
MODIFICATION

C -- ARCHITECT-ENGINEERING SERVICES

Notice Date
4/27/2018
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
United States Holocaust Memorial Museum, Office of Finance, Department of Procurement, 100 Raoul Wallenberg Place, SW, Washington, District of Columbia, 20024-2126
 
ZIP Code
20024-2126
 
Solicitation Number
RFP9531180427
 
Archive Date
6/15/2018
 
Point of Contact
Christopher Guy, Phone: 2023141782, Mary Green, Phone: 2023140322
 
E-Mail Address
cguy@ushmm.org, magreen@ushmm.gov
(cguy@ushmm.org, magreen@ushmm.gov)
 
Small Business Set-Aside
N/A
 
Description
United States Holocaust Memorial Museum (USHMM) Architect and Engineering (A-E) Services Indefinite Delivery Indefinite Quantity Contract (IDIQ) CONTRACT INFORMATION: Architect-Engineer services are required for award of up to three Indefinite Delivery Indefinite Quantity Contracts (IDIQ) to support the United States Holocaust Memorial Museum in Washington, DC. The contract will be for one (1) base year and have options to extend for four (4) one-year option periods if the museum chooses to do so. The total five year (base and four one-year options) estimated cost for all contracts is approximately $2,500,000.00. The guaranteed minimum quantity shall be $25,000.00. Offerors must be capable of responding to and working on multiple task orders concurrently. Task orders will be competed among the selected contractors in accordance with a fair opportunity process based on the A-E's, specialized experience, customer satisfaction, and project requirements. The work will be for facilities of the United States Holocaust Memorial Museum in Washington, DC and the state of Maryland. This announcement is open to all businesses regardless of size. PROJECT INFORMATION: Since opening in April, 1993, the United States Holocaust Memorial Museum has hosted over two million visitors annually. The Museum's exhibits and public programs are housed in a 258,000 square foot building, which in many ways evokes the Museum's subject matter. The Museum's staff offices are located primarily adjacent to the Museum in the Ross Administrative Center, a 45,000 square foot building which is listed on the National Register of Historic Places, and in leased office space elsewhere in the District of Columbia. The Museum's Shapell Collections, Conservation and Research Center is located outside of the District of Columbia. Modifications need to be made to accommodate the Museum's evolving programs as well as to address a number of maintenance issues. The Museum's Division of Operations is looking to issue IDIQ contracts with firms who will be able to design these adjustments in a manner which is architecturally compatible with either the Museum's or the Shapell Center's design aesthetic, or with the historic fabric of the Ross Administrative Center. These contracts will be overseen by the Museum Architect. As the projects are expected to range considerably in size, scope, and public visibility, it is anticipated that the Museum will establish contracts with multiple firms, at least one of which has an emphasis on historic preservation and materials conservation. The following services are expected to be contracted for as part of these contracts: complete design services including the preparation of construction contract drawings, specifications and cost estimates, both preliminary and final; site investigations; planning studies; preparation of presentation drawings, models, and sample boards; programming; space layouts; tenant space plans; interior design, including furniture and finish selection; shop drawing reviews; value engineering; construction services; post-construction services; and other required supplemental services if so requested by the Government. The firm may be required to provide construction phase and other services which may include preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support. Some projects will be initiated as part of this contract, and flow from programming and schematic design through construction documentation. Other projects will be based upon schematic designs provided by the Museum Architect. Design of exhibitions or new facilities are not anticipated to be contracted for as part of these contracts. Examples of typical task orders are as follows: Water Infiltration Investigations; Exterior Facade Moisture Investigations and Analysis; Interior Climate; Investigation and Analysis; Data Center Improvements Design; Roof Designs/Structural Analysis; Space Analysis; ADA Compliance Design; Mechanical Upgrade/Improvement Design; Office Design/Occupied Space Reconfiguration. The firm or firms selected shall have either in-house expertise or consultants with expertise in the following areas: architectural conservation, museum planning, electrical engineering, mechanical engineering, structural engineering, fire protection engineering, and cost estimating. Some projects may require specialized expertise in sustainability, graphic design, architectural lighting, historic preservation, and architectural materials conservation. Additional required expertise may be needed for a specific project, as required by the Government. The firm or firms selected, and their consultants, shall be licensed to practice their respective disciplines in the District of Columbia and Maryland. As such, they shall be familiar with all applicable codes, as well as with the requirements of the Americans with Disabilities Act and the Uniform Federal Accessibility Standards. They shall also be familiar with the Federal Acquisition Regulations, particularly as it relates to the selection of furniture and interior design elements. They shall also be familiar with the procedures and requirements of the National Capital Planning Commission and the Commission of Fine Arts, as well with as the Section 106 Historic Review Process. In addition to traditional architectural presentation techniques, architectural drawings done as part of this contract shall be submitted in electronic format which is compatible with AutoCAD 2018, and done according to the guidelines established by the American Institute of Architects. Some of the task orders issued under this contract may require background checks of the firm's personnel, including criminal background checks. In addition, for some task orders, the firm may need to submit a SF-85 and sign a non-disclosure agreement. SELECTION CRITERIA: PROFESSIONAL QUALIFICATIONS: The firm must demonstrate professional experience and registration of lead designers for the following disciplines: Architect, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (a) have a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in a engineering discipline related to fire protection engineering. The evaluation 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. SPECIALIZED EXPERIENCE: The firm must demonstrate the specialized and technical competence in designing repair, alteration, and new construction projects in or adjacent to architecturally or historically significant structures. The firm must demonstrate expertise with high visibility, institutional projects with complex programmatic requirements. The firm must demonstrate experience in providing post construction contract award services to ensure design and construction quality. The firm must demonstrate experience with and knowledge of multi-discipline design projects. The firm must demonstrate the ability to submit and present designs to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. CAPACITY TO PERFORM THE WORK / PROPOSED MANAGEMENT PLAN: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The proposed management plan should clearly indicate the staffing of the office indicated to do the work. Knowledge of regulatory requirements that would affect projects. Professional ability to accomplish multiple projects simultaneously. Ability to sustain loss of key personnel while accomplishing the work within required time limits. PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance of the members of the design team working together. LOCATION Geographic location of firm to ensure timely response to unanticipated requests for on-site support. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 330, as indicated below not later than 3:00 p.m. (Eastern Time) on the response date of May 31, 2018 to the following email: cguy@ushmm.org. The deadline for questions is May 14, 2018 at 5:00pm. Responding firms must submit a copy of the originally signed, current (within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Submit only one SF 330, Part I for the design team, completed in accordance with the forms instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. In Block No. 4 of SF 330, Part II, provide the Data -Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System for the prime A-E or Joint Venture. The DUNS number must be for the firm performing the work (i.e. not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch and/or office and /or joint venture must have their own DUNS number. In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in the Professional Qualifications. In Block G-26, along with the name, include the firm/location the person is associated with. In Block H of the SF 330, Part I, provide a narrative to address each o f the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria of this announcement. In Section H, Part I, SF330, firms must show their last 12 months contract awards stated in dollars (see details in a subsequent paragraph). In Section H, Part I, SF 330, include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to ensure that a quality design is produced awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty pages for Block H. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. Personal visits to discuss this announcement will not be scheduled. The following FAR provision is incorporated by reference in this solicitation. The full text of this FAR provision may be found at www.acquisition.gov. 52.204-8 Annual Representations and Certifications (Jan 2018)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HMM/FM/WashingtonDC/RFP9531180427/listing.html)
 
Record
SN04903648-W 20180429/180427230400-bf0cbd104b5b7857b78172a25b4f454f (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.