SOLICITATION NOTICE
C -- Design of the Kennedy Center Place and Associated Roadways in Washington, DC
- Notice Date
- 12/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, Eastern Federal Lands Highway Division 21400 Ridgetop Circle, Sterling, VA, 20166
- ZIP Code
- 20166
- Solicitation Number
- DTFH71-04-R-00003
- Archive Date
- 5/31/2004
- Point of Contact
- Wanda Peffer, Contracting Officer, Phone (703)404-6205, Fax (571)434-1551, - William Blitgen, Contract Specialist, Phone 703-404-6211, Fax 571-434-1551,
- E-Mail Address
-
wanda.peffer@fhwa.dot.gov, william.blitgen@fhwa.dot.gov
- Description
- The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding an Indefinite Delivery, Indefinite Quantity Contract (IDIQC) for the design of the Kennedy Center Plaza and associated roadways, in Washington, DC. In the Kennedy Center Plaza Authorization Act of 2002 (Public Law No. 107.224), Congress authorized the Department of Transportation to plan, design, and construct a new plaza in front of the John F. Kennedy Center, and to improve access to the Center for both pedestrians and vehicles. The project can generally be broken down into the following major phases: Potomac Freeway/ E Street Expressway ? Horizontal and vertical realignment of the Potomac Freeway (I-66) between Juarez Circle and the Theodore Roosevelt Memorial Bridge, and the horizontal and vertical realignment of the E Street Expressway between 23rd Street and the Theodore Roosevelt Bridge. The vertical profile of the Potomac Freeway and E Street Expressway must be lowered to allow for the construction of the Plaza on top, between the Kennedy Center and 23rd Street. This work will include excavation, blasting, grading, drainage, paving, utilities, structures, traffic management, and other miscellaneous work. This work may also include a tunnel ventilation system and tunnel lighting. In addition, this phase will include an underground parking garage adjacent to the Kennedy Center, and major utility relocation work for existing combined water and sewer lines in the project area. Plaza ? Construction of a Plaza over the Potomac Freeway and E Street Expressway, extending east from the Kennedy Center along E Street. The Plaza design will also provide the foundations to support two proposed buildings that will be designed and constructed separately by the Kennedy Center. A new pedestrian access to the Kennedy Center from the Potomac River side may also be included in this phase, and may include a grand staircase, elevators, ramps, and/or a floating dock. E Street ? Construction of a surface-level E Street connection to the new Plaza from 23rd Street to Virginia Avenue. The existing E Street tunnel underneath may need to be widened. North Sector ? Transportation and safety improvements, including realignments, reconstruction, signing, utilities, intersection reconfigurations, drainage, structures, and other miscellaneous work to roadways located north of the Kennedy Center. The affected roadways include Potomac Freeway (I-66), Rock Creek Parkway, K Street, Whitehurst Freeway, Virginia Avenue, 27th Street, etc. South Sector ? Transportation and safety improvements, including realignments, reconstruction, signing, utilities, intersection reconfigurations, drainage, structures, and other miscellaneous work to roadways located between the Kennedy Center and Lincoln Circle. The affected roadways include Potomac Freeway (I-66), Rock Creek Parkway, Ohio Drive, Constitution Avenue, etc. The proposed design work will be for one base year and nine (9) one-year options. The selected A/E firm must be capable of providing and managing a multi-disciplinary design team from within the firm or in conjunction with sub-consultants. As part of the work, the A/E firm will need to establish direct contact with federal, state, or local regulatory agencies to assure compliance with regulations, codes, and policies. The Kennedy Center will have its own contractor(s) for the buildings and the A/E will be expected to coordinate its work with the Kennedy Center contractor(s). Architect-Engineer selection procedures will be used in selecting the firm for the design of this project. The selection criteria are listed below in descending order of importance. A/E Firm?s Experience: 1.Experience in complex, major structure, and roadway design in urban settings, in or similar to those found in the Washington, DC area. 2.Experience in parking garage design in urban settings. 3.Experience in tunnel design, including lighting and ventilation systems, in urban settings. 4.Experience in major utility design and relocations in urban settings, in or similar to those found in the Washington, DC area. 5.Experience with major structural foundations in tight urban settings, including dealing with adjacent buildings, multiple utilities, and other obstructions. 6. Experience with politically sensitive, high profile work involving numerous cooperating agencies. Personnel Experience: 1. Experience in complex, major bridge, and roadway design in urban settings, in or similar to those found in the Washington, DC area. 2. Experience in parking garage design in urban settings. 3. Experience in tunnel design, including lighting and ventilation systems, in urban settings. 4. Experience in major utility design and relocations in urban settings, in or similar to those found in the Washington, DC area. 5. Experience with major structural foundations in tight urban settings, including dealing with adjacent buildings, multiple utilities, and other obstructions. 6. Experience with politically sensitive, high profile work involving numerous cooperating agencies. 7. Due to the security measures required at the site, all personnel working on the site must be identified on a daily list, must wear identification badges identifying them as working for the contractor, and must be an United States citizen or have applied for the United States citizenship. Exceptions, when appropriately justified, may be approved on an individual basis by the Contracting Officer. 8. Firms shall submit an organizational chart, detailing key personnel assigned to the project team. A/E Firm's Past Performance 1. Work completed on-schedule and within budget. 2. Quality work. 3. Integrity, cooperativeness, and commitment to customer satisfaction. Firms must submit 10 references within the last five (5) years that includes a Point of Contact, project name, dollar amount and current telephone and facsimile number. The past performance information shall be a maximum of 10 pages in length. A/E Firm's Capacity to Perform the Work 1. Resource availability. The firm will have to have the ability to be multi-task oriented. 2. Financial stability. A recent Dunn and Bradstreet will be acquired to determine financial stability. The successful firm will be awarded an IDIQC based solely on data contained in the SF-254's, SF-255's, references, and interviews of pre-selected firms. Once the interviews are complete, the IDIQC will be negotiated, and Task Orders (TOs) will be issued when project needs are identified. The Task Orders awarded under this IDIQ contract will be firm-fixed price. The minimum guaranteed contract amount is $3,000 per year, and the estimated maximum total contract amount is $35,000,000. No solicitation package is available. Interested firms having the capabilities for this work are invited to submit a separate SF 254 for the prime and each subcontractor or joint venture firm, and a single SF 255 for the proposed team, including subcontractors and joint venture firms, by addressing a transmittal letter to the office shown. Joint Ventures must also submit a copy of the Joint Venture Agreement. The SF 254 and SF 255 should be completed per the instructions on the forms. Part 10 of the SF 255 may be expanded, if necessary, to address the selection criteria fully. Submittals are due on January 30, 2004 , 11:00 a.m. local time, at the Federal Highway Administration address listed above. Clearly label the submission with reference to DTFH71-04-R-00003 in a prominent location on the submission. All firms will be notified of the results of the pre-selection approximately 45 days after the closing date.
- Place of Performance
- Address: WASHINGTON, DC
- Record
- SN00487926-W 20031213/031211211946 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |