Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEERING SERVICES ARE REQURIED FOR AN INDEFINTIE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR SMITHSONIAN INTITUTION FACILITIES LOCATED IN HILO AND ON THE SUMMIT OF MAUNA KEA ON THE BIG ISLAND, HAWAII

Notice Date
12/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
F09SOL00007
 
Response Due
1/12/2009 2:00:00 PM
 
Point of Contact
Thomas E. Dempsey, Phone: 202/633-7259, Emanuel C. Brown,, Phone: 202/633-7256
 
E-Mail Address
dempseyt@si.edu, brownem@si.edu
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEERING SERVICES ARE REQURIED FOR AN INDEFINTIE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR SMITHSONIAN INTITUTION FACILITIES LOCATED IN HILO AND ON THE SUMMIT OF MAUNA KEA ON THE BIG ISLAND, HAWAII The Smithsonian Institution seeks interested contractors to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A/E) Contract that would provide design support for Smithsonian facilities located in Hilo and at the summit of Mauna Kea on the Big Island, Hawaii. After award of an IDIQ contract, A/E services will be provided on a work order contract basis. It is anticipated that the contract will be for a period of one year with nine one-year options and that the contract may provide a maximum design effort of $1,000,000 per year, with individual work orders not to exceed $500,000 in total for Title I and /or non-Title I services. The NAICS code is 541310 with a small business standard of $4.5 million dollars. 1. PROJECT INFORMATION: Services to be provided include but are not limited to the following: architectural and engineering studies, testing and analyses; facility and project planning; conceptual design; facilities assessment; evaluation of projects; presentations for project review by various bodies including the Office of Mauna Kea Management; cost estimating for project proposals and detailed construction cost estimating; value engineering; code compliance and accessibility review; commissioning; development of contract documents comprised of drawings and specifications for architectural, structural, mechanical, electrical, fire protection, security systems and hazardous materials abatement for a variety of small projects. Firms unable to accept hazardous materials abatement projects need not apply. Typically the work includes minor repairs, building renovation, facility improvement projects, interior space planning, and a limited amount of new facility development. While the work may involve implementing portions of facility master plan projects developed by others, the greater number of work orders will be for smaller projects. Post design services may include construction bid and negotiation support, construction administration, submittal reviews and/or construction coordination, and preparation of as-built record drawings. A/E's will be expected to respond to Smithsonian requests for service with expediency, thoroughness and a high level of design quality. This announcement is open to all businesses regardless of size. Minority owned firms are strongly encouraged to apply. 2. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business, a subcontracting plan consistent with PL 95-507, PL 99-661 and PL 100-656 will be required with the final fee proposal. A minimum of 23% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 5% with Women-owned small businesses (WOSB); 3% shall be placed with Hub-zone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. An approved small business-subcontracting plan will be required prior to award. 3. SELECTION CRITERIA: Firm evaluation and selection will be conducted in accordance with the Brooks Architect-Engineer (A/E) Act as implemented by FAR Subpart 36.6, refer to Numbered Note 24 on fedbizopps and will be based on the following criteria: a. Prime and consultants qualification and experience. Basic disciplines shall include architectural, space planning, mechanical, electrical, plumbing, structural, civil, fire protection, security, cost estimating, and hazardous materials abatement. Additional specialists in all of the following areas are expected: roofing and waterproofing, building diagnostics and remediation, sustainable design, acoustics, and information technology. b. Specialized experience and technical competence of the firm and major consultants with design of astrophysical observatories, scientific research facilities, environmentally sensitive sites, and renovation of facilities while maintaining operations. c. Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms' current and projected workloads. d. Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for all relevant contracts and subcontracts including the name, address, and telephone number of references. Submit information for all relevant contracts and subcontracts started or completed within the past 5 years, measured from the date of this solicitation. Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Firm may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. e. Location of prime and consultants in reasonable proximity to the Big Island of Hawaii. f. Information technology capability. Contractor and subcontractors must be able to comply with Smithsonian Institution standards for documentation, drawings and specifications. These standards are available for viewing at the Smithsonian Institution Office of Facilities Engineering and Operations A/E Center website, at http://www.ofeo.si.edu/ae_center/Index.asp. Specific requirements are delineated in the Guidelines for Project deliverables and the OEDC CAD Guidelines. Proficiency in AutoCAD 2004 and Microsoft Office 2003 is required. 4. SUBMISSION REQUIREMENTS : Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy each of the complete SF 330 for the firm or joint venture and SF 330, Part II, for each subcontractor. The submittal of supplemental attachments to SF 330 per evaluation factors is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 2:00 PM Eastern Standard Time on January 12, 2009. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. In addition, please comply with the following: A.) Include DUNS number for the prime firm. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711; and B.) On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section; C.) The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet; and Font size shall not be less than 10 font. D.) Solicitation packages are not provided; E.) Failure to submit SF330 will render the submission unacceptable F.) Telephone calls, personal visits, e-mails or any other contact with SI staff to discuss this announcement are prohibited. G.) Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications of all subcontractors. H.) Fax submissions will NOT be accepted. I.) Preface submissions with an attached original and a loose copy of a brief letter on company letterhead. J.) The Smithsonian will dispose of submitted material 60 days after receipt unless a specific written request is made for its return. Returns will be at the expense of the firm submitting the information. Response to this announcement must be in writing only; telephone calls and personnel visits are discouraged. The required forms shall be submitted to the following address: 1) Delivery by U.S. Postal Service, Smithsonian Institution, Office of Contracting, P.O. Box 37012 MRC 1200, Washington, DC 20013-7012, Attn: Thomas E. Dempsey; 2) Delivery by Commercial Carrier (Federal Express, UPS, etc.), Smithsonian Institution, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, VA 22202-3709, Attn: Thomas E. Dempsey. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=041acb9ca78f1342ec41c1127be325e6&tab=core&_cview=1)
 
Place of Performance
Address: HILO AND ON THE SUMMIT OF MAUNA KEA ON THE BIG ISLAND, HAWAII, Hawaii, United States
 
Record
SN01725052-W 20081231/081229214727-041acb9ca78f1342ec41c1127be325e6 (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.