Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

C -- Architect-Engineer Services for the Department of State Visitor Center and National Museum of American Diplomacy in Washington, DC

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P05MKC0033
 
Response Due
4/12/2005
 
Description
The General Services Administration (GSA), National Capital Region, Washington, D.C. announces an opportunity for Design Excellence in Public Architecture. The GSA is seeking Architect-Engineer (A/E) and Exhibition Design Development Services for the Department of State Visitor Center and National Museum of American Diplomacy, in Washington, DC. The Visitor Center and Museum will be located in the Department of State Harry S Truman Building on the first floor of the northeast quadrant of the George C. Marshall Wing (commonly referred as ?Old State?), which was originally completed in 1941 as the War Department. The Truman Building is bounded by D Street and Virginia Avenue on the north, C Street on the south, 21st Street on the east, and 23rd Street on the west. This facility will occupy approximately 22,900 square feet, including 20,100 square feet within the existing building and 2,800 square feet in an addition to the north area housing mechanical equipment. The space is one story except for a two-story atrium of about 5000 square feet. In addition to exhibits, the space will include a theater seating 60, two small classrooms, and a gift shop. The estimated cost for the exhibits and enhancement of the space will range from $22,000,000.00 to $26,000,000.00. The Visitor Center and Museum will be a place of learning and inspiration, dedicated to exploring the work of the Department of State and the history, practice, and challenges of American diplomacy. Visitors will discover how diplomacy has played a crucial role in the American history and how it is relevant today. They will learn about the current work of the Department of State and will explore the past in exhibits, educational programs, and media featuring the history of American diplomacy. The Visitor Center and Museum will be designed in accordance with GSA quality standards and requirements. Services under this contract include design development of an existing exhibition and architectural design concept and narrative plan. The scope of services include: architecture; civil, structural, mechanical, and electrical engineering; communications; acoustics; audio/visual; exhibit design, security, space planning; interior design; fire protection engineering; landscape design; scheduling; cost engineering; value engineering; administrative coordination of the various disciplines involved; documentation and construction phase services; and project management. The project will comply with the standards for sustainable design, U.S. Building Codes and U.S. Government requirements, to include Uniform Federal Accessibility Standards (UFAS), as well as the applicable laws, codes and standards for Washington, DC. Each design submission will include the use of AutoCAD 2000i or later version for electronic files in the General Services Administration (GSA) format. The personnel required for contract performance of the successful Design Team, including all A/E Design Firms and or Exhibition Design Firms forming joint ventures, and including all consultants/subcontractors, must be able to obtain a Department of State (DOS) Building Pass Identification Card under the authority of 22 USC 2658, Executive Order 10450, Executive Order 12958: and section 506(A) of the Federal Records Act of 1950, as amended. The DOS will sponsor specific personnel of the successful Design Team for a Building Pass Identification Card. The selection will be completed in two stages as follows: STAGE I: The first stage will establish the experience and capabilities of the A/E Design Firm and its designated Key Personnel. The Key Personnel are defined as the Lead Designer and Lead Exhibit Designer. The Key Personnel (as defined herein) may be from firms other than the A/E Design firm. The A/E Design Firm as used in this solicitation means any individual, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architecture or engineering. The A/E Design Firm as used in this solicitation may also be an Exhibit Design Firm. The Key Personnel are the individuals or design studio that will have primary responsibility to develop the existing Visitor Center and Museum exhibition design concept and architecture and engineering systems. The A/E Design Firm is advised that at least 35% of the level of contract effort must be performed in the National Capital Region (NCR). The NCR includes the District of Columbia, the City of Baltimore, the Counties of Montgomery, Prince Georges, Howard, Anne Arundel, and Baltimore in Maryland; the Cities of Alexandria, Falls Church, Fairfax, and Manassas, and the Counties of Arlington, Fairfax, Prince William, and Loudoun in Virginia. The government will not allow payment for travel within the NCR, living expense, computer time or hookups for the A/E Design Firm or any of the subcontractors. In STAGE I, interested A/E Design Firms will submit portfolios of accomplishments that establish the design capabilities of the A/E Design Firm and its Key Personnel (as defined herein). All documentation pages will be in an 8-?? x 11? format. The portfolio should include the following: a cover letter referencing the FedBizOpps announcement and briefly describing the A/E Design Firm and its Key Personnel, their location, organizational makeup, and noteworthy accomplishments; Standard Form 330 (Architect-Engineer Qualifications). Identification of consultants/subcontractors (Team Members) is not required at this stage, only identification of the Key Personnel (as defined herein). Each A/E Design Firm and its Key Personnel (as defined herein) will be evaluated during this stage using the following evaluation CRITERIA: (1) PAST PERFORMANCE ON DESIGN (35%): The A/E Design Firm will submit graphics (maximum of three single sided pages per project with maximum graphic size not to exceed 8-?" x 11") of up to five visitor center/museum projects whose construction was completed within the last ten years of the Stage I Submission due date. The narrative (maximum of two single sided pages per project) shall address the design approach with salient features for each project and discuss how the client?s program, function, image, mission, occupancy, economic, schedule and operational objectives were satisfied by the overall planning/design/engineering solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (2) PHILOSOPHY AND DESIGN INTENT (25%): For each Key Personnel (as defined herein) (maximum of two single sided typewritten 8-1/2? x 11? pages) state his/her overall design philosophy and approach to exhibition design and the challenge of public architecture, issues, and parameters that may apply for visitor centers/ museums; and capability to provide creative solutions in developing a pre-existing design concept. (3) KEY PERSONNEL PROFILE (15%): For each Key Personnel (as defined herein), submit a biographical sketch (maximum of three single sided pages) including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (4) KEY PERSONNEL PORTFOLIO (25%): Submit a portfolio representative of the Key Personnel?s ability to provide design excellence. Submit graphics (maximum of three single sided pages per project) and a typewritten description (maximum of two single sided pages per project) for up to three visitor center/museum projects whose construction was completed within the last ten years of the Stage I submission due date. The narrative shall address the design philosophy with salient features for each project and discuss how the client?s program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Complete the SF-330 as follows: On page 1, complete items A & B. Do not complete items C, D, E, F, and G. On page 6, item H, respond to the Stage I evaluation criteria stated in this announcement. On page 6, sign and date. Complete pages 7, 8, and 9. An Evaluation Board consisting of a private sector peer, representatives of the clients, and GSA personnel will evaluate the submissions. The Evaluation Board will establish a short list of at least three A/E Design Firms. The Stage I short list will be published in FedBizOpps. STAGE II: In the second stage of evaluation, each of the short listed A/E Design Firms and their Key Personnel (as defined herein) will be notified and asked to submit more detailed information regarding the entire Project Team including ALL outside consultants/subcontractors (including any firm(s) added to form a joint venture) that will be involved on the project. The A/E Design Firm must identify the contractual relationship with the entire Project Team. A sufficient period will be provided for the short listed A/E Design Firms and their Key Personnel (as defined herein) to establish the entire Project Team and to respond to the Stage II requirements. Those A/E Design Firms and their Key Personnel (as defined herein) will resubmit the SF-330 for any proposed joint venture firm added and/or consultants/subcontractors and a composite SF-330 that reflects the entire Project Team. The Government will establish the criteria for the Stage II evaluation, and the date the Stage II submissions are due. The Stage II evaluations will include an interview with members of the Evaluation Board. Candidates should be prepared to discuss all aspects of the evaluation criteria provided. Contact person for this solicitation is Shapari H. Pakroo, Contract Specialist, located at General Services Administration, National Capital Region, 7th & D Streets, SW, Room 2021, Washington, DC 20407, telephone (202) 708-4980. The Contracting Officer is Vincent E. Matner, P.E. This procurement is open to both large and small business concerns under the Small Business Competitiveness Demonstration Program (FAR 52.219.19). Before award of the contract, the selected Project Team (if not a small business of $4,000,000 gross average annual sales receipts over the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39 percent of the total subcontract amount for Small Business; of which 6 percent is for Small Disadvantaged Businesses (SDB), 5 percent for Woman-Owned Small Businesses (WOSB), 3 percent for HUBZone Small businesses (HUBZ), 5 percent for Veteran-Owned Small Businesses (VOB), 3 percent for Service-Disabled Veteran-Owned Small Businesses (SDVOB), and 17 percent for Other Small Businesses. In support of GSA's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan to be submitted with the Stage II submittal. Design Teams must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, HUBZONE Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Woman-Owned Small Business concerns during Stage II. The narrative shall not exceed one single sided 8-?" x 11" typed page. Small, Small Disadvantaged, HUB Zone Small, Veteran-Owned Small, Service-Disabled Veteran-Owned Small, and Women-Owned Small Business firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. A/E Design Firms and their Key Personnel (as defined herein) having the capability to perform the services described in this announcement are invited to respond by submitting the required documents as outlined above for Stage I, the SF-330 (which must not be dated more than twelve (12) months before the date of this announcement), along with a letter of interest to: Vincent E. Matner, P.E., Contracting Officer, Bid Room #1065, GSA/NCR, 7th & D Streets, SW, Washington, DC, 20407. Stage I submittals are due no later than 3:00 P.M. local time on the response date of this announcement. SIX COPIES are required (identify one copy as original). The following information shall be on the outside of the sealed envelope(s): 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214.7. This contract is being procured under the Brooks Act and FAR Part 36. This is not a request for proposals.
 
Place of Performance
Address: United States Department of State, Harry S Truman Building, 2201 C Street, NW, Washington, DC
Zip Code: 20520
Country: USA
 
Record
SN00767181-W 20050313/050311212347 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.