Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
MODIFICATION

C -- MULTIDISCIPLINE ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR THE SMITHSONIAN INSTITUTION, WASHINGTON, DC

Notice Date
7/29/2009
 
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
F09SOL00052
 
Archive Date
8/22/2009
 
Point of Contact
Emanuel Brown, Phone: 202/633-7256, Jasmine E Price, Phone: (202) 633-7284
 
E-Mail Address
brownem@si.edu, pricej@si.edu
(brownem@si.edu, pricej@si.edu)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 - Questions and Answers Question 1 - In reviewing the submission requirements for the Multi-Discipline Architect-Engineer IDIQ for the Smithsonian, we noticed that there is a limit of 125 pages for Part I of the SF330. Typically there is a limit of 10 projects under Section F but considering there are so many disciplines required for this IDIQ and a 125 page limit, we are hopeful that we will be allowed to include more than 10 projects so that we can adequately show what our firm as well as many of our consultants' experience. My question is can we include more than 10 projects as long as we keep the Part I within the 125 page limit? Response 1 : The 125 page limit was assigned to allow adequate capacity to respond to requirements as posted in FedBizOpps announcement and to comply with the instructions specified in the SF 330 for additional team marketing qualifications as necessary. Question 2 - I have a question regarding requested "computer capabilities" for your Solicitation # F09SOL000052 for Multidiscipline AE IDIQ Contract for the Smithsonian. Under Section 3) Primary Selection Criteria, Letter F) Computer Capability, and Number 6) the Presolicitation Announcement notes that experience with computer aided facilities management software such as Facility Center is highly recommended. Is this experience typically within the Architect/Engineer qualifications, or provided by a sub-consultant who may have specialty experience with facilities management? Do you have a preference as to who provides this skill? Response 2: The prime Architect/Engineer and sub-consultant are both acceptable. Question 3 - Do we need to include resumes/projects for our proposed consultants or just the SF 330 Part II? Response 3 : See response no. 1. Comply with SF330 submittal instructions. SF330 Part I should be provided for each key consultant. Question 4: The solicitation says "Preface the submission with an attached original and loose copy of a brief letter on company letter." Should each of the 5 copies have an original letter attached, or do you just need 1 original copy? Response 4 : Comply with the instructions contained in the FedBizOpps synopsis. Question 5 - Can you please clarify Section 3 regarding showing the competence of major subcontractors: if we are to only send Part II of subcontractors, how should we show their experience and technical competence? Response 5: Comply with SF330 submittal instructions and the instructions contained in the FedBizOpps solicitation. SF330 Part I should be provided for each key consultant. Each firm must decide how to best show the required information. See response no. 1. Question 6 - SF330 Part I Section C Proposed Team: if we have more major sub-contractors than the provided space allows, how should we proceed with acknowledging them? Response 6 : Comply with the SF330 submittal instructions. Question 7 - Please confirm that you require 1 original and 5 copies, each bound. Response 7 : Comply with the instructions as contained in the FedBizOpps announcement. Question 8 - Please confirm if this response will require printing on both sides and if there is any post-consumer recycled content paper requirement (ie 50% post-consumer recycled paper). Response 8 : Comply with the instructions as contained in the FedBizOpps announcement. Post-consumer recycled paper is not a requirement. Question 9 - Do you wish the supporting documentation, specifically the Work Management and Design Quality Management Plan, be placed before the SF330 documents? Response : Each firm must decide how to best show the required information. Question 10 - Our firm currently holds an IDIQ contract for A/E Services with the Smithsonian Institution.. Does this exclude us from pursuing the F09SOL00052 contract? Response 10 : No. Question 11 - The second sentence of Para. 1. Reads, "The NAIC code 541310, size standard is $5 million." Is that the dollar amount what we should use to be considered a small business Response 11 : - That is correct. NAICS codes are designed on a per industry basis. Each industry distinguishes how to identify large businesses from small businesses, NAICS is that defining tool. Question 12 - Please clarify the subcontracting plan requirements for me. I am a small business. As a small business does the SDB, WOSB, Hub-SB, VOSB and SDV percentage involvement still apply? Response 12 : No,, the FedBizOpps announcement specifies the Smithsonian Institution's socio-economic goal, which is applicable only to large business concerns Question 13 - Please assist us in getting in front of the larger companies to see if we can assist them as I could not see an interested Vendors List on FEDBIZ website. Response 13 : The FedBizOpps vendor registry requiring interested parties to register was not activated; therefore, I am unable to provide a vendor list of all interested parties. Question 14 - Is it possible to receive a sample copy of "a standard, unmodified, Smithsonian A-E contract" described in the solicitation? We would like to know if firm's selected for the IDIQ contract will be required to respond with proposals for every available work order Response 14 : There is not a standard, unmodified, Smithsonian A-E contract. The selected firms will receive a copy of the terms and conditions (contract) generated by the Smithsonian Institution at notification of selection. The synopsis misrepresented "a standard, unmodified, Smithsonian A-E contract." Proposals will be required only for work orders for which a Request for Proposal is submitted to the firm. Question 15 - The solicitation states that "firms unable to accept hazardous materials abatement projects need not apply". We plan on putting forward in our SF-330 a consultant firm (subcontractor) that would be providing the abatement services. Is this acceptable? Response 15 : A consultant firm is acceptable. Question 16 - Can you clarify what is meant by animal exhibit design in the following statement: " Additional specialists in some or all of the following areas are expected: museum exhibit design, animal exhibit design, animal holding area design..." Are animal exhibit spaces distinct from animal holding areas, e.g. one has animal replicas, while the other has live animals? Response 16 : The National Zoological Park is part of the Smithsonian Institution. Animal Exhibit Design (zoo exhibit design) is for the exhibition of live animals. Animal Holding Area Design is for the areas where animals are kept and cared. These facilities include off-exhibit zoo holding, research and breeding facilities. Question 17 - Can you clarify what type of work the specialist in museum design would be doing? I ask because there are museum consultants whose work/services focuses more on programming, operations, and scheduling of exhibits and there are those that focus on planning and designing the actual exhibits themselves. Knowing this would determine which type of firm we would approach. Response 17 : The Smithsonian Institution has several National Museums. The museum exhibit design consultants would be capable of providing space planning, programming, exhibit design and collection storage design. Question 18 - The services identified in the solicitation seem to be broken down into prime/ core services and specialty services. Would the retail and food service design provider be considered a consultant within the prime/ core category or in the specialist category? Also, for the retail and food service, is this more for gift shops and cafeterias or for full restaurants? Response 18 : The retail and food service design provider may either be within the prime's office or a consultant which specializes in food service design. The retail component includes Smithsonian gift shops and the food service component includes both public and staff cafeterias, as well as other smaller scale operations. Each firm must decide how to best show the required information. Question 19 - "Project Manager" is one of the positions that is expected to be licensed and registered. As the prime firm, we would be putting forward a Senior PM who is a licensed and registered architect. Is this sufficient? Is there licensure in project management specifically? Response 19 : The reference was intended for the AE Project Manager, who should be a licensed and/or registered professional architect or engineer. A Senior PM who is a licensed and registered architect is sufficient. Although not a licensure or registration, the Project Management Institute (PMI) offers a comprehensive credential and certification program for practitioners with different levels of experience. With that stated, PMI certification is not identified as a requirement within the solicitation. Question 20 - In the case of a Joint Venture Prime Contractor, how do you want the SF330, Part I and Part II to be submitted? Collectively or separately? Should we prepare a separate Part I & Part II for each of the JV Partners? Response 20 : Provide the SF 330, Parts I and II that accurately describes the JV relationship. Question 21 - Should a Part I also be provided for each Key consultant? or should their key personnel resumes (Section E) and example projects (Section F) be included in the supplemental "Work Management and Design Quality Management Plan"? Response 21 : SF330 Part I should be provided for each key consultant. Comply with the instructions as contained in the FedBizOpps announcement regarding the Work Management and Design Quality Management Plans. Question 22 - Should the team organization chart be shown in Section D of the SF330 - Part I, as well as in the "Work Management and Design quality Management Plan" as noted under item 3D - FIRM COMPETENCE? Response 22 : Yes. Question 23 - Under item 1 - CONTRACT INFORMATION, there is a reference to the NAIC code 541310 size standard of $5 million. The next paragraph under "SUBCONTRACTING PLAN REQUIREMENTS" references the subcontracting plan requirements in the event of a "large business concern" selection. Which size standard is applicable for this procurement? Response 23 : $5 million. RECEIPT FOR SUBMISSION OF SF 330 IS HEREBY EXTENDED TO AUGUST 7, 2009 AT 3:00 P.M. (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F09SOL00052/listing.html)
 
Place of Performance
Address: Smithsonian Institution, Washington, District of Columbia, 20560, United States
Zip Code: 20560
 
Record
SN01892674-W 20090731/090730002452-3053b8643d1e167dff10e9774e826dc7 (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.