Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SPECIAL NOTICE

C -- Architect/Engineer Services for Program of Requirements (POR) and Design Services for Production Facility Renewal, United States Botanic Garden

Notice Date
2/24/2020 7:56:04 AM
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
ZIP Code
00000
 
Solicitation Number
RFQBG200046
 
Response Due
3/9/2020 2:00:00 PM
 
Archive Date
04/08/2020
 
Point of Contact
Torey Fezer, Phone: (202) 226-6050
 
E-Mail Address
torey.fezer@aoc.gov
(torey.fezer@aoc.gov)
 
Description
Project Overview A/E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. THIS IS NOT A REQUEST FOR PROPOSAL. THE FUTURE REQUEST FOR PROPOSAL WILL NOT BE PUBLICLY ISSUED, BUT WILL BE ISSUED IN ACCORDANCE WITH FAR 36. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO OTHER REQUEST FOR SF 330'S WILL BE MADE. NO OTHER SYNOPSIS TO FEDBIZOPPS.GOV IS ANTICIPATED. Interested A/E firms shall submit a Qualifications Package which comprises relevant overall experience, a management plan and certain Key Personnel, documentation that their team provides all required skills as indicated here within, and evidence of satisfactory past performance demonstrating their capability to successfully execute the requirements of the proposed contract.� The AOC will evaluate the qualifications in accordance with the evaluation criteria listed herein and will short-list the most competitive A/E firms. This project will include preparing the Program of Requirements (POR), Schematic Design, phased construction documents and associated cost estimates for various major and minor construction, consolidation, renovation, and relocation activities in accordance with the Master Plan for the USBG Production Facility. This includes the removal and replacement of an existing 82,000 SF Production greenhouse and a new and separate 6,000 SF Quarantine Greenhouse, removal and replacement of several storage facilities, and construction of an education center with a demonstration kitchen and an urban farm. USBG wishes to provide an educational and learning center targeted to school groups, educational and community organizations, and the general public. In addition, the POR and Schematic Design should additionally cover the other various site functions that will be consolidated, relocated, renovated, and/or constructed in accordance with the Master Plan. These areas include, but are not limited to, outdoor growing areas, storage buildings (chemical storage, material storage), mulch bins, and small greenhouses.�Provide open growing area equivalent to existing growing areas totaling approximately 18,000 SF.�Mulch bins include (3) 17�x10�, (5) 17�x18�, and (3) 30 yd. dumpsters for compost, 750 SF pesticide storage shed, 7000 SF total indoor storage, 6,000 SF quarantine green house, and 5,700 SF hoop houses. It is anticipated that the POR will be awarded first, with a follow-on option for Schematic Design and Construction Documents. The design process for all major construction and renovation activities should be completed using an integrated-design approach. Project Description Background. The USBG is a living plant museum that informs over one million visitors per year about the importance, and often irreplaceable value, of plants to the well-being of humans and to earth�s fragile ecosystems. As an accredited museum, the USBG maintains and manages a taxonomically diverse collection of plants, including rare and historic plants and specimens of exceptional display quality. A portion of the collection is displayed to the public at the Conservatory; however, a majority of the collection is housed and cared for at the Production Facility. The main greenhouse currently consists of 34 structural bays and a potting hallway. The greenhouse is currently divided into 18 environmental zones with varying humidity and temperature conditions to accommodate the needs of different plants.� The Botanic Garden aspires to be a leader in sustainable design and energy efficiency. As the Production Facility represents around 50% of USBG energy usage, improving sustainability at this facility constitutes the strongest remedial action that can be taken at the USBG to reduce energy usage and environmental footprint. Options to reduce net energy use include, but are not limited to, using solar energy, improving efficiency of greenhouse heating and cooling, and potentially installing geothermal wells. Rooftop rainwater collection, modernized misting systems and improved storm water management could reduce the amount of water used and discharged into sewer systems. Cooling the greenhouse is challenging and requires significant effort by workers to manipulate the vents and curtains during the late spring / early fall, and is often simply not possible during the heat of the summer. As currently configured, greenhouse ventilation also has significant negative impacts on potting hall working conditions, especially during summer months when temperatures can be unsafe for employees. Ventilation air pathways should be rearranged in the new greenhouse and potting spaces to provide proper environmental controls for employees in potting areas and to optimize air flow and other environmental controls for growing plants in the greenhouses. Based on discussions with production facility staff, up to 30 panes of glass need to be accessed for replacement annually, exposing staff to hazardous and unsafe conditions due to the absence of fall protection on the greenhouses.� The solution posed in July 2012 by LJB Incorporated for adding fall protection required the USBG to install robust metal supports and replace the glass with high impact acrylic glass. This is not the AOC�s preferred solution, as it impacts the amount and quality of sunlight into the greenhouse.� The USBG�s mission has grown over time and a new 6,000 SF (square foot) quarantine greenhouse is required that is environmentally isolated from existing buildings to protect the USBG collections from any potential incoming pests or disease. The U.S. Botanic Garden�s work with rare and exotic plants requires that they quarantine all incoming plants in a separate facility to ensure proper health and to ensure no pests are brought into the collections. After spending the appropriate amount of time in the quarantine greenhouse, plants that are determined to be pest- and disease-free would then be transferred to the main greenhouse. The quarantine greenhouse should be designed to exclude pests from entering and exiting the facility with negative pressure for entrances and a separate area for pest screening. The Production Facility greenhouse is served by a separate building (�Headhouse�) which houses central plant equipment, utility services, and administrative functions. While utilities and central plant equipment must be evaluated for capacity, energy efficiency, and possible replacement due to age, the Headhouse building itself will not be renovated, aside from any required updates to its utility systems that also service the greenhouse facilities. Objectives. It is the USBG�s goal to make the Production Facility Greenhouse (PFGH), and associated energy systems and site functions a model facility for sustainable practices. Further, the PFGH and Quarantine greenhouse (QGH) must include provisions for fall protection, maintenance access, and system redundancy following the methods of Prevention through Design. Last, the project must follow the recommendations of the Master Plan with regard to site functions, layout, and construction phasing. The A/E shall survey existing conditions on site, and through record documents. The A/E shall develop a design solution and provide construction documents, including drawings, specifications, and a cost estimate complete and ready for construction procurement in accordance with the AOC A/E Design Manual. The documents shall show demolition and new work requirements for all trades.�Overall site area under development consideration is approximately 10 acres. The�exact area of development will�be determined during POR. As a Brown Field project, a thorough pre-renovation hazardous materials survey, conducted by an EPA AHERA accredited Inspector for asbestos, DC Licensed and EPA Lead Inspector or Risk Assessor for lead and experienced and knowledgeable environmental professionals for PCBs, mercury, and other possible hazardous materials, will be required to identify the location and presence of any hazardous materials. Question Submittals �Interested parties may ask questions pertaining to this public announcement by sending them to the Contracting Officer, via email only, to torey.fezer@aoc.gov prior to 5:00 PM EST on February 17, 2020. All submissions must reference Solicitation number RFQBG200046. All questions submitted prior to the deadline will be answered to the best of the government�s ability. However, questions submitted after the deadline may be answered at the sole discretion of the Contracting Officer, if he determines that doing so is practical and in the Government�s interests. All of the questions and responses shall be posted publicly. Contract Procedures This synopsis constitutes public announcement pursuant to the requirements of FAR 36.601-1. Interested prime firms having the capabilities to perform these services must submit twelve (12) hard copies and one (1) CD or DVD copy in PDF format of a comprehensive Standard Form 330 (SF 330), including all subcontractor/consultant information. Firms will be selected based on demonstrated competence and qualifications for the required work as per their SF 330. The SF 330 can be found on the following GSA web-site: http://www.gsa.gov/portal/forms/download/116486 The Selection Process allowed for in FAR 36.602 will be utilized and the selection criteria for this acquisition are listed below. Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF 330s but also in Narrative Format, to clearly show how each Evaluation Factor is formally addressed. Failure to include Narrative explanatory information may result in a lower evaluation. Interviews will be conducted with at least three of the most highly qualified A/E firms as required by FAR 36.602-3(c). As part of this process, each of the selected most highly qualified A/E firms will be invited to provide a 45-minute presentation to the Evaluation Board to highlight their qualifications, followed by a questions and answers period. The presentation and interview will occur at the Architect of the Capitol�s offices in Washington, D.C. at a specific date and location to be determined. Firms will be given sufficient advance notice to allow their representatives to participate in the interviews or presentations. It is recommended that the A/E firm's key personnel for assignment on the project be present and actively participate during the presentation. After the interview process is completed, the Government will make the final selection in accordance with FAR 36.602-4. Negotiations will then begin with the highest rated A/E firm in accordance with FAR 36.606. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Selection Factors �The evaluation criteria are as follows in order of priority: 1. Professional qualifications necessary for satisfactory performance of required services. 2. Past performance on contracts with Government agencies and private industry in terms of cost control, design aesthetics, quality of work, and compliance with performance schedules. 3. Specialized experience and technical competence in the building types described, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 4. Capacity to accomplish the work in the required time. 5. Location in the general geographical area of the project and knowledge of the locality of the project. Selection Factor Details �Proposed Team Member�s Professional Qualifications Qualifications of key personnel in Resume Format, including but not limited to: Senior Architect Senior Mechanical Engineer Senior Structural Engineer Greenhouse Structural Advisor Senior Civil Engineer Sustainability Expert Horticultural Advisor Fall Protection Engineer Certified Safety Professional Education Facility Specialist Minimum responses shall also include, but not be limited to a description of the firm, its philosophy, and its capabilities. In addition to a listing of technical disciplines available and prominent markets served, provide information on BIM, CAD, 3-D modeling, building performance analysis, project management, and construction document management software utilized by your firm. Resumes shall include the normal working location of the person. Each person must have minimum five (5) years of experience in the position, and ten (10) years overall experience in their field. Experience shall be documented by means of project listings showing the role held, along with start/end dates for both the project and their involvement in it. All Key Personnel shall be licensed in their field, and shall have one of the following LEED accreditations: Green Associate, AP, or AP BD+C, or AP ND (LEED accreditation not required for Horticultural Advisor and Fall Protection Engineer). Resumes shall be limited to two single-sided pages or one double-sided page of text each. Provide key personnel listing and qualifications for the Construction Administration Phase and anticipated time allocation for each respective individual. 2. Past performance on contracts with Government agencies and private industry in terms of cost control, design aesthetics, quality of work, and compliance with performance schedules. The A/E firm shall show significant project experience in design of publically or privately owned, garden and/or greenhouse facilities. Number of projects submitted shall be minimum two (2), but no more than five (5), with design completion date no older than 10 years. It is considered desirable a) to have construction complete and b) that the projects include sustainable features such as stormwater reuse, LEED certification, etc. The A/E firm shall have been Prime Consultant on all submitted projects. In addition to overall scope and purpose, project descriptions shall include listing of subconsultants involved, dates of design and construction, design fee, budget and final construction costs, scheduled and actual design and construction durations, and any certifications and awards. Include reference contact names, position, location address, telephone numbers and email addresses. 3. Specialized experience and technical competence in the building types described, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The A/E firm shall illustrate how all required skills and capabilities, as highlighted in Selection Factor Details #1 above, are intended to be provided by the proposed team (Prime A/E and Subconsultants). Provide documentation of each company�s ability to assign adequate workforce to this project in the required timeframe. 4. Capacity to accomplish the work in the required time. The A/E firm shall confirm that there is excess capacity within the firm, or additional qualified capacity can be added in a timely manner, where the persons can quickly adapt to the Firm�s internal production guidance and quality control structures as required to provide the fully coordinated design documents the Government requires. Provide a preliminary CPM design schedule meeting the required design schedule. Provide the firm's representative planned course of action to properly address any design schedule slippage and to incorporate possible changes to the scope of work while�maintaining the design contract�s completion date. 5. Location in the general geographical area of the project and knowledge of the locality of the project. Provide substantiated evidence that the Prime A/E and the key Subconsultants have established�office locations near the City of Washington D.C. (preferred local proximity). At a minimum, interested�parties shall show that the established offices for the prime A/E and consultants are located east of the Mississippi River, to receive minimal credit for this selection element. Submission Format Interested parties are invited to submit twelve (12) hard copies and one (1) electronic PDF copy on CD or DVD of their SF 330 package, including any relevant Narrative information or other attachments. Narrative information and other attachments shall be provided in no greater size than 8 �� x 11� hard copy format, not to exceed 40 total pages, excluding the durable cover pages. (The Technical Evaluation Panel appreciates brevity if appropriate.) A page is each single face of a sheet of paper. The submission shall be wire spiral bound. All text shall be a minimum of 10�pt. font. To be considered, interested parties must possess the necessary permits, registration and licenses required to carry out all tasks required by this contract. In addition, interested parties must have a current registration in the System for Award Management (SAM) database at https://sam.gov SF 330s and all attachments are due by 5:00 p.m. (Eastern Standard Time) on March 9, 2020. Late submission rules found in FAR 15.208 will be followed for submittals not received by the exact date and time listed above. Additional project-specific information, other than the Project Development Study (PDS) and select Master Plan information, will not be available and requests for it will not be considered. Note: Interested Parties may not request formal site visits with the Government�s attendance for this solicitation. Interested Parties may make their own site visits to tour the public streets and sidewalks surrounding the defined project site, but shall not enter the property boundaries. All submissions must reference Solicitation number RFQBG200046. Email is the preferred form of communication for questions relating to this solicitation. All questions concerning this solicitation shall either be emailed to torey.fezer@aoc.gov or sent addressed to the Contracting Officer in writing at the address below. All communications must reference the Solicitation number RFQBG200046 and be addressed to the Contracting Officer. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contracting Officer for the particular project. The electronic copy shall be emailed to torey.fezer@aoc.gov. The hard copies shall be sent to: The Architect of the Capitol, Acquisition and Material Management Division, Ford House Building Room H2-263, 2nd and D Streets SW, Washington, DC 20515. This announcement is open to all businesses regardless of their size. Award of the contract is estimated to occur on or about April 2020 with completion of design and construction administration services on or around December 2023. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this submittal but will be requested prior to award with the selected firm if applicable. Schedule The A/E shall complete the design work and then the construction document deliverables for the proposed facility 24.5 months after the Notice to Proceed (NTP). Point of Contact Torey Fezer, Contracting Officer, Phone (202) 226-6050, Email: torey.fezer@aoc.gov, Architect of the Capitol, Acquisition and Material Management Division, Ford House Building Room H2-263, 2nd and D Streets SW, Washington, DC 20515, UNITED STATES. Place of Performance The A/E�s established design production offices. Project Site The Facility is located at 4700 Shepherd Parkway SW, Washington DC. Postal Code: 20032 Country: UNITED STATES
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a169240c77946d08941c9ce2896a488/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05570276-F 20200226/200224230137 (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.