Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Multi-discipline Architect-Engineer Contract for the Smithsonian Institution, Washington, DC

Notice Date
3/16/2020 10:25:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
OFFICE OF THE CHIEF FINANCIAL OFFIC ARLINGTON VA 22202 USA
 
ZIP Code
22202
 
Solicitation Number
33330220RF0010024
 
Response Due
3/25/2020 12:00:00 PM
 
Archive Date
04/09/2020
 
Point of Contact
Jasmine E. Price, Phone: 202-633-7284
 
E-Mail Address
pricej@si.edu
(pricej@si.edu)
 
Description
Amendment One is attached. SELECTION FOR INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIDISPLINE ARCHITECT-ENGINEER CONTRACT FOR THE SMITHSONIAN INSTITUTION, WASHINGTON, DC 1. CONTRACT INFORMATION: The proposed procurements listed here are unrestricted. �The NAIC code 541310, size standard is $8 million. All responsible sources are encouraged to submit a proposal which shall be considered by the Smithsonian Institution.� This announcement is for the selection and award of an Architect-Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts that would provide design support for Smithsonian facilities. Zoo design experience is required.� Eighty-five percent of work is anticipated to be in the Washington, DC metropolitan area including Maryland and Virginia. The remaining fifteen percent of the work is anticipated to be other geographical locations where Smithsonian Institution facilities are located including Arizona, Florida, Hawaii, Massachusetts, New Jersey, New York, Pennsylvania, Panama, Guyana and Belize. �These contracts are being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6�Architect-Engineer Services. �It is anticipated that the base IDIQ contract will be for a period of one year with nine one-year options. �After award of an IDIQ contract, A-E services will be provided on a work order contract basis. Individual work orders will not exceed $7 million per work order with an unlimited annual IDIQ contract amount. The selected firms must be capable of responding to and working on multiple, large task orders concurrently. Task orders will be awarded based on the A-E�s current workload and their ability to accomplish the order 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. �Contracts may be issued up to one year after selection approval. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan consistent with FAR 19.7 and statutory requirements of PL 95-507, PL 99-661, and PL 100-656 will be required prior to contract award. �A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 7% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 7% with Women-Owned Small Businesses (WOSB); 5% shall be placed with Hub-Zone Small Businesses (Hub-SB), 3% with Veteran-Owned Small Businesses (VOSB); and 5% with Service Disabled Veteran-Owned Small Businesses (SDV). The proposed subcontracting percentages for each small business category shall be submitted for evaluation with the proposal.� The final subcontracting plan is not required with this submittal and will be submitted and negotiated prior to contract award. 2. PROJECT INFORMATION: Multidisciplinary architectural and engineering services to be provided for the Smithsonian Institution may include but are not limited to the following: preparation of reports, studies and design criteria; site and geotechnical investigations; surveys; facility systems investigations; programming; conceptual design; facilities assessment; facility and project master planning; historic preservation; presentations for project review by various bodies including the National Capital Planning Commission (NCPC), the Commission of Fine Arts (CFA), the D. C. State Historic Preservation Office, and the D.C. Historic Preservation Review Board; multidisciplinary architectural and engineering development of contract documents comprised of drawings and specifications for architectural, structural, civil including stormwater management, landscape architecture, environmental and aquatic life support systems for animals, mechanical, electrical, plumbing, fire protection, security systems and hazardous materials abatement for a variety of� routine and complex projects; interpretive design for zoos and museums; 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, exhibit design, building renovations, tenant fit-up and operations, landscape design, facility improvement projects, interior space planning, historic preservation, 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.� A-Es will be expected to respond to Smithsonian requests for services with expediency, thoroughness and a high level of design quality.� Project types may include, but are not limited to; museums, galleries, collections storage facilities, libraries, zoological parks, research facilities (with labs), conservation facilities with animal housing, retail and food service facilities, utility systems, and landscape development.� Firms unable to accept hazardous materials abatement projects need not apply.� 3. PRIMARY SELECTION CRITERIA:� 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 museums, collections storage facilities, zoological parks, landscape development, scientific/research lab facilities, conservation facilities with animal housing.� Projects submitted must demonstrate experience in addressing issues associated with preservation of National Register of Historic Places and National Landmark Properties preservation, facilities accommodating large numbers of public visitors, universal accessibility, environmentally sensitive sites, renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, 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 museums, collections storage facilities, zoological parks, landscape development, scientific/research lab facilities., conservation facilities with animal housing.� Projects submitted must demonstrate experience in addressing issues associated with preservation of National Register of Historic Properties and National Landmark Properties, facilities accommodating large numbers of public visitors, universal accessibility, environmentally sensitive sites, renovation of facilities while maintaining operations, Leadership in Energy and Environmental Design (LEED) criteria, 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, historic preservation, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, sustainable design, plumbing engineer, animal environmental and aquatic life support systems specialist, security specialist, fire protection engineer, geotechnical engineer, land surveyor, interior designer, cost estimator, landscape architect, acoustician, exhibit designer, 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 security specialist shall be Software House certified.� 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 large task order contracts and handling multiple, large task orders simultaneously. 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 for multiple customers in the required timeframes. The firm shall provide quantifiable information to demonstrate staff capacity. 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 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.� The firm shall provide quantifiable cost and schedule control information to demonstrate performance. E. Firm location in reasonable proximity of Smithsonian Institution facilities, especially Washington, D.C.� 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, specifications and Building Information Modeling. These standards are available for viewing at the Smithsonian Facilities AE Center Website at: https://www.sifacilities.si.edu/ae_center/index.asp . �Required proficiencies include the following:� (1) AutoCAD most current version; (2) Microsoft Office, including Project (3) Adobe Acrobat Professional; (4) 3-dimensional modeling, rendering and animation in specialized software such as Autodesk 3ds Max, Autodesk Maya; (5) Building Information Modeling in specialized software such as Autodesk Revit, Google SketchUp Pro, Graphisoft ArchiCAD, Navisworks, as well as familiarity with IFC and Cobie file standards; (6) Experience with computer aided facilities management software such as Facility Center is highly recommended. G. Extent of participation of small businesses including Woman Owned Small Business, Small Disadvantaged Business, Historically Black Colleges & Minorities and Universities & Minority Institutions, HubZone Small Business, Veteran Owned Small Business, and Service-Disabled Veteran-Owned Small Business. 4. SECONDARY SELECTION CRITERIA:� In the event of a need for a �tie-breaker� among the most highly qualified firms, firm evaluation and selection will be based on the criteria in 3.G above. 5. SUBMISSION REQUIREMENTS:� The successful firm will be expected to sign a standard, unmodified, Smithsonian A-E contract.� Interested, qualified firms are invited to submit the required information as specified below via courier to Smithsonian Institution, Office of Contracting & Personal Property Management (OCON&PPM), 2011 Crystal Drive, Suite 350, Arlington, VA 22202, Attention: Jasmine Price, on or before Wednesday, March 25, 2020, by no later than 3:00 p.m. ��Fax submissions will NOT be accepted. 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 SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. 5 copies of the SF 330 are required.� Failure to submit the completed SF 330 will render the submission unacceptable. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 12 font.� Preface the submission with an attached original and loose copy of a brief letter on company letterhead. Firms must be registered in the System for Award Management (sam.gov) prior to Contract Award.� Questions can be directed to Jasmine Price in the Office of Contracting & Personal Property Management at pricej@si.edu, by no later than Wednesday, March 11, 2020.� The Smithsonian will dispose of submitted material 60 days after receipt, submittals will not be returned. THIS IS NOT A REQUEST FOR PROPOSALS.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e3cbfb1ca7d48bbb297a64d219d8c69/view)
 
Place of Performance
Address: Washington, DC 20560, USA
Zip Code: 20560
Country: USA
 
Record
SN05589826-F 20200318/200316230142 (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.