Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOLICITATION NOTICE

Y -- SOLICITATION CONSTRUCTION BEZOS LEARNING CENTER (BLC)

Notice Date
7/15/2024 10:45:40 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
SMITHSONIAN INSTITUTION ARLINGTON VA 22202 USA
 
ZIP Code
22202
 
Solicitation Number
33330224RT0010048
 
Response Due
7/29/2024 12:00:00 PM
 
Archive Date
07/29/2024
 
Point of Contact
Virginia Chan, Phone: 2026337253, Willard Powell, Phone: 2026337286
 
E-Mail Address
Chanvc@si.edu, powellwb@si.edu
(Chanvc@si.edu, powellwb@si.edu)
 
Description
Amendment 0010 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: 35% Documents Provided Request for Best and Final Cost Proposal --------------------------------------------- Amendment 0009 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 109 to 168 (Step 2) ----------------------------------------------- Amendment 0008 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Bid Due Date Extended ----------------------------------------------- Amendment 0007 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 107 to 108 (Step 2) ----------------------------------------------- Amendment 0006 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 97 to 106 (Step 2) ----------------------------------------------- Amendment 0005 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 19 to 96 (Step 2) Preliminary Draft 35% DD ----------------------------------------------- Amendment 0004 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 1 to 18 (Step 2) ----------------------------------------------- Amendment 0003 to the RFP is hereby issued and attached for download. The purpose of the amendment is to announce the firms selected to advance to Step 2. ----------------------------------------------- Amendment 0002 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Responses to RFI�s for Questions 11-21 ------------------------------------------------ Amendment 0001 to the RFP is hereby issued and attached for download. The purpose of the amendment is to make the following changes to the Solicitation: Contract Revision Responses to RFI�s for Questions 1-10 ------------------------------------------- The Smithsonian Institution is soliciting for a Construction Management at Risk Contract (CMc) for the construction of the Bezos Learning Center (BLC) at the Smithsonian National Air and Space Museum (NASM), located in Washington, DC. The proposed contract listed here is UNRESTRICTED. All responsible sources are encouraged to submit a proposal, which will be considered by the Smithsonian. The new Bezos Learning Center (BLC) will be a pan-Institutional resource that will be overseen by the NASM Director and the Associate Director for Education and Visitor Experience. A primary focus of its programs shall reach underserved communities in Washington, DC and across the nation, both at the site of the new facility and virtually through remote capabilities, as the Center will employ the latest technological resources and developments available. Other ancillary programming will take place within and surrounding the facility, such as a 600- to 700-seat quick-service (fast casual) restaurant accessible from the Museum's main level as well as an Astronomy Park and Observatory on the East Terrace. The permanent installation of the currently temporary Phoebe Waterman Haas Public Observatory shall be addressed as an integral part of the overall BLC project efforts. The Smithsonian anticipates awarding a contract for pre-construction services by August 2024 and commencing of site preparation activity in early 2025. The Smithsonian expects contractor turnover of the building for the installation of exhibits starting in mid-2027 and the new BLC will open to the public in late 2027 to coincide with NASM 50th Anniversary. The selected CMc shall provide Pre-construction Phase Services and Construction Phase Services through a guaranteed maximum price (GMP) agreement. Total period of performance including Pre-construction and Construction is estimated to be from notice to proceed in September 2024 to substantial completion in May 2027. The estimated construction cost is between $72,000,000 and $76,000,000. Critical elements of the work include, but are not limited to; pre-construction services, site work, utility work, excavation, foundations, dewatering, concrete and steel super-structure, landscape and hardscape, high level architectural finishes (both interior and exterior), MEP systems, elevators, roofing, exterior curtain wall with unique fa�ade treatment, food service equipment, and theater specialties. Additional requirements for performance include procedures and documentation to ensure compliance with the established LEED building criteria; practices, procedures and documentation related to integrated building commissioning; and experience with the procedures for the use of Building Information Modeling (BIM). Firm evaluation and selection will be conducted in accordance with FAR Part 15, Best Value Procurement, utilizing a two-step procurement model. Step One of the RFP will consist of a�list of prequalifying criteria to assist the agency in identifying those CMc contractors that have demonstrated past specialized experience in comparable and non-comparable CMc projects and other relevant qualifying factors. It is the Smithsonian's intent to advance the most highly qualified companies for further consideration under Step Two, technical and pricing evaluation of the RFP. Companies which are advanced to Step Two of the RFP will be evaluated in accordance with the technical criteria as set forth in the RFP. The North American Industry Classification Code (NAICS) for this procurement is 236220 and the size standard under this code is $45 million average annual receipts over the last three years. This announcement is open to all businesses regardless of size. If the selected firm is a large business, a subcontracting plan consistent with PL 95-507, PL 99-661 and PL 100-656 will be required with the final fee proposal. A minimum goal of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 10% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 7% shall be placed with Hub-zone Small Businesses (HubZone), 7% with Veteran-owned small businesses (VOSB); and 7% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is required with this submittal. 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. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. An approved small business-subcontracting plan will be required prior to award. Prospective contractors must be registered in the Systems for Award Management (SAM) prior to award�of a contract. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Davis Bacon Wage Determination DC20240002 (Building) and DC20240001 (Heavy) shall apply. Total period of performance for Preconstruction and Construction Services is 36 months from the date of Notice to Proceed. QUESTIONS/CLARIFICATIONS It is desired that all questions/clarifications be sent in, sequentially numbered for example first questions 1,2,3, second set of questions 4, 5, 6, etc. in word format to ChanVC@si.edu. It is requested that all questions be sent in no later than 3 PM Eastern Time on February 14, 2024. SUBMISSION REQUIREMENTS Proposals are to be sent as an electronic copy and is required to be submitted to DropBox.com using the link: https://www.dropbox.com/request/JJQjFNSBrebXJkmi2LuC Statements of Qualifications (SOQ) must be received no later than 3PM Eastern Time on March 4, 2024, to be considered. Please see the attached solicitation for more details regarding submission requirements. THE STATEMENT OF QUALIFICATIONS DUE DATE IS MARCH 4, 2024, AT 3:00PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1d5b229737e4e798e45881f2e6761c0/view)
 
Place of Performance
Address: Washington, DC 20560, USA
Zip Code: 20560
Country: USA
 
Record
SN07128350-F 20240717/240715230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.