SPECIAL NOTICE
C -- Notice of Intent to Sole Source A/E Services for the Continuation of A/E Design Services
- Notice Date
- 8/25/2025 8:27:13 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- JOHN F KENNEDY CENTER FOR THE PERFORMING ARTS WASHINGTON DC 20566 USA
- ZIP Code
- 20566
- Solicitation Number
- 33310525R0011
- Response Due
- 9/12/2025 12:00:00 PM
- Archive Date
- 09/27/2025
- Point of Contact
- Cheryl Rice, Phone: 2024168089, Jamie L. Morton, Phone: 771-201-0227
- E-Mail Address
-
CDRice@Kennedy-Center.org, jmorton@kennedy-center.org
(CDRice@Kennedy-Center.org, jmorton@kennedy-center.org)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice of Intent to Sole Source A/E Services for the Continuation of Architectural and Engineering Design Services NOTICE ID: 33310525R0011 Contract Opportunity Type: Special Notice Initiative: None This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract. The statutory authority for this sole-source procurement is FAR 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" The John F. Kennedy Center for the Performing Arts (The Center) intends to award a one-year firm fixed price (FFP) sole-source contract to Page Southerland Page Inc, Architecture & Engineering, P.C., 1615 M Street, NW, Washington, DC 20036, LHFJNAS7JJ42 for A/E Services for design services for the following projects: � Kennedy Center Comprehensive Life Safety Assessment and Analysis � Cantilever Roof Repairs and Finish Replacement Design � Domestic Hot Water Heater Design � Motor Lobby Restroom Renovations � Electrical Grounding Study Kennedy Center Life Safety Analysis & Assessment � Based on completed Space Use Master Plan and Office Renovation project, provide a thorough and comprehensive fire protection, life safety, and accessibility review of the current conditions of the Kennedy Center, including the original building, the REACH, the grounds, the parking garages, and the service tunnel and its adjacent spaces. This project will include prescriptive code review as well as updates to the performance-based egress fire modeling studies needed for the original building and the garages. Includes a conceptual document package with recommended remediation solutions for noncompliant conditions. Cantilever Roof Repairs and Soffit Replacement Design As determined in Water Leak Repair report, proceed on recommendations in the concept design prepare design of repairs and replacements needed at upper and lower cantilever roofs to extend the roof system life span for another 50 years. This project shall encompass the surveys and investigations needed to determine the scope of repairs and replacements, and design of repairs and replacements. Domestic Hot Water Heater Design Develop construction documents for replacement of the existing domestic water system serving the entire Kennedy Center excluding The REACH located in the existing chiller room. The new domestic water system including new water heaters, pumps and all associated appurtenances will be connected to the existing Building Automation System (BAS). Motor Lobbies Restrooms Renovations Design Develop the previously completed concept design further into construction documents for renovating and upgrading the existing public restrooms located in the Motor Lobbies of Parking Level A, B and C. There are 4 single use restrooms (2 men�s and 2 women�s) located on each of the parking levels B & C. There are 4 multi-use restrooms (2 men�s and 2 women�s) located on parking Level A. The new design shall renovate the existing restrooms to provide new fixtures, toilet accessories, finishes and light fixtures. Electrical Grounding Study The purpose of this study is to perform an Electrical Grounding and Lightning Protection System (LPS) study throughout the building. The purpose of the study is to identify all grounding and lightning protection issues and concerns and provide recommendations for required improvements. Electrical grounding and LPS include all MEP systems, Production equipment and correlating components. This project will require a phased approach, and a detailed repair and installation plan based on the existing grounding and LPS and various locations of grounding and LPS equipment. Survey and study of all grounding systems will include all of Kennedy Center Electrical and Production control panels, main distribution panels, secondary systems and LPS will need to be surveyed throughout the building with the assistance from Kennedy Center O&M staff. The North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services and a size standard of $25.5 million. The Product Service Code (PSC) for this requirement is C1AA, Architect and Engineering- Construction: Office Buildings. The services shall include Page Southerland Page is the original designer of record (DOR) for previously started studies, investigation and concept designs. and would have the most insight regarding the development of final construction documents. A/E Objectives: The A/E shall support The Center�s Project Manager by completing construction documents, specifications and validation of previously completed construction cost estimating. The A/E will not be tasked with making any final decisions or reviews/approvals on behalf of the federal government. Decisions during project design will be based on exceeding or meeting the following project objectives: Completion of Design drawings for bid Completion of technical Specifications for Bid Validation of project construction costs This notice is not a request for competitive proposals nor a solicitation of offers. All interested and responsible sources may submit a capability statement if they believe they can meet the above requirement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Written responses must include sufficient information to establish capability to fulfill the requirement. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. No formal solicitation package is available. The Government will not be responsible for any costs of preparation in response to this announcement. Responses shall be submitted via email by 09/12/2025 at 3:00 PM, EST to Contract Specialist, Cheryl Rice cdrice@kennedy-center.org and Contracting Officer, Cecelia Royster, cvroyster@kennedy-center.org
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82f02cb18f1940eda0900974557efe7c/view)
- Place of Performance
- Address: Washington, DC 20036, USA
- Zip Code: 20036
- Country: USA
- Zip Code: 20036
- Record
- SN07564237-F 20250827/250825230043 (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 |