Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

C -- Architect-Engineer Services for Capital Planning

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
John F. Kennedy Center for the Performing Arts, Facilities Management Division, Contracting Office, 2700 F. Street, N.W., Washington, DC, 20566
 
ZIP Code
20566
 
Solicitation Number
Reference-Number-A-E2006
 
Response Due
2/14/2006
 
Archive Date
3/1/2006
 
Description
The John F. Kennedy Center (JFKC) for the Performing Arts, located at 2700 F Street NW Washington, DC, is soliciting for architectural/engineering firms. This is NOT a request for proposal. In order to be considered for this contract, firms must submit a current Standard Form 330, ?Architect-Engineer Qualifications,? Part I and Part II, and a sample capital plan no later than February 14, 2006. The Standard Form 330 can be downloaded from the Forms Library at website: http://www.gsa.gov/ Prepare a separate Part II for each firm that will be part of the team proposed for a specific contract and submitted with Part I. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team. Please submit 4 copies of the SF 330 to the following address: The John F. Kennedy Center for the Performing Arts, Attention: Contracts Office, 2700 F Street NW, Washington DC 20566-0001 not later than February 14, 2006. The Architect-Engineer services will consist of professional services for a nationally renowned multi-venue performing arts facility that is heavily populated by the Kennedy Center personnel and public 365 days per year. This announcement is open to all firms in the Washington, DC area regardless of size. The small business applicable North American Industry Classification System (NAICS) Code is 541330. All interested prospective firms will be evaluated based on the information submitted on their SF 330. Please submit your SF 330 with one sample capital plan as prepared by the firm?s proposed key personnel/team members within the past five years. The contract will be procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. Firms can use this link to access more information regarding A-E Services Contracting (FAR 36.6): http://www.acqnet.gov/far/. The JFKC evaluation board will hold discussions with at least three of the most highly qualified firms regarding implementation of the required services. The top-ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work identified in this announcement. The award date is planned on or about March 6, 2006. The completion period is anticipated to be six months after date of award. Project Description: The John F. Kennedy Center for the Performing Arts (JFKC) is seeking professional services related to architectural and engineering disciplines, as well as facility and property survey and management, for the development of a new Capital Plan. The services of the resulting contract will require physical survey of the JFKC facility and grounds, review of previous existing documents and project information, and creation of a new survey report and corresponding Capital Plan for a five year period. The selected firm will perform the survey in order to provide recommendations for future capital projects in consideration of current codes and standards, as well as lifetime of existing equipment and operational issues or deficiencies related to current configurations and systems. It is anticipated the services required will be multi-disciplinary and will require that the offering firm?s team include the following expertise: architecture; mechanical,electrical,acoustical,plumbing, fire protection,structural,and civil engineering; life safety analysis; security design; mechanical and controls; landscape architecture; theater systems; audio-visual systems; cost estimating; and other related expertise. The selected firm will provide the survey and Capital Plan within approximately six-month. Project Information: The work of this contract includes survey of the JFKC facility and grounds, evaluation of existing systems and components, and development of a new Capital Plan. The Capital Plan must be prepared in a professional format of an acceptable level of graphic design and layout quality. The selected firm will provide preliminary cost estimating for all projects proposed during the capital planning process. The final deliverable of the Capital Plan will also include basic preliminary concepts for proposed projects. The deliverable will include substantial written narrative as required to effectively communicate the survey results and proposed project descriptions. The audience for the Capital Plan includes Kennedy Center senior management and Board of Trustees, as well as Congressional staff and the U.S. Government Accountability Office. The Architect-Engineer Qualifications will be evaluated in accordance with the source selection process outlined in FAR Part 36.602-1, ?Selection of firms for architect-engineer contracts.? The following selection criteria is in descending order of importance; (1) PROFESSIONAL QUALIFICATIONS: Demonstrate the firm?s professional qualifications and experiences of the proposed team to perform specific survey, investigative, and capital planning functions to include appropriate held licenses, certifications, or professional registrations. Demonstrate firm?s overall capability with experiences and demonstrate technical competences related to developing a new capital plan is highly desired, including graphic design capabilities. The firm must demonstrate availability of an adequate number of key personnel/team members with relevant experience and longevity with the firm as proposed for this project. The make-up of the proposed design team, to include outside consulting firms, will be evaluated, therefore the anticipated design team should be identified. (2) SPECIALIZED EXPERIENCE: The nature of the contract is such that presentation of some projects identified for future implementation in the Capital Plan may require development of preliminary design concepts. Preliminary cost estimates will be required for all identified projects. Firms must demonstrate overall capability related to developing preliminary concept designs corresponding design cost estimates specifically for capital planning purposes. (3) CAPACITY TO ACCOMPLISH WORK IN THE REQUIRED TIME: Demonstrate firm?s general capabilities in completing the required architecture engineering services, developing designs and completing construction documents, within the established time limits and capacity of the firm to provide services in a timely and cost effective manner. (4) PAST PERFORMANCE: Demonstrated experiences of firm on similar architecture engineering services as related to facility and systems survey and capital planning. Demonstrated experiences of prime?s major consultants on similar architecture engineering services as related to this project. The history of performance by the firm on projects for Government (Federal, State, and Local) agencies and some private concerns with theatrical-type facilities experience is highly desired. Areas such as firm?s workload, firm?s quality of work and compliance with performance schedules and timely deliverables will be examined. (5) A-E LOCATION: The prime firm and all subconsultants should be located within the general geographical area of Washington DC. Consultants such as cost estimating/control must have a thorough knowledge of local conditions affecting their local disciplines. (6) Acceptability under other appropriate evaluation criteria: To be further considered, in addition to submitting the Architecture Engineer Qualification standard form 330, it is request that firm?s submit one sample capital plan as prepared by the firm?s proposed key personnel/team members within the past five years. The Technical Evaluation Board (TEB) will review and rate each Firm's SF 330. The board will rate against the listed evaluation factors and forward their recommendations for selections to the Source Section Authority(SSA). Interested parties are encouraged to register at the website to be notified if additional information on this project is uploaded. Any amendments issued to this synopsis will be posted solely to the government-wide Federal Business Opportunities(FedBizOpps)website which can be accessed at http://www.eps.gov To be considered for Federal dollar awards, the contractors are required to be registered in the Central Contractor Registration (CCR) database prior to receiving an award. For online registration and information on CCR, access the website at http://www.ccr.gov/ The selected architect-engineer firm cannot compete for future projects that are part of this resulting contract.
 
Place of Performance
Address: 2700 F Street NW, Washington DC
Zip Code: 20566-0001
Country: USA
 
Record
SN00959617-W 20051231/051229212129 (fbodaily.com)
 
Source
FedBizOpps 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.