Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
MODIFICATION

Y -- DESIGN-BUILD SERVICES FOR SEASONAL INFLATABLE PAVILION – HIRSHHORN MUSEUM AND SCULPTURE GARDEN – SMITHSONIAN INSTITUTION

Notice Date
1/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
T12SOL10014(1)
 
Point of Contact
Thomas E. Dempsey, Phone: 202/633-7259, Debra A. Berke, Phone: 2026337414
 
E-Mail Address
dempseyt@si.edu, berked@si.edu
(dempseyt@si.edu, berked@si.edu)
 
Small Business Set-Aside
N/A
 
Description
DESIGN-BUILD SERVICES FOR SEASONAL INFLATABLE PAVILION - HIRSHHORN MUSEUM AND SCULPTURE GARDEN - SMITHSONIAN INSTITUTION The purpose of this Request for Proposals (RFP) is to select a Design Build Team (DBT) to provide all labor, materials, tools, equipment and services necessary to complete design and construction of the Seasonal Inflatable Pavilion (SIP) for the Hirshhorn Museum & Sculpture Garden (HMSG) in Washington, DC. The SIP is a temporary, air supported, fabric membrane structure that will provide new event space in the courtyard of the Hirshhorn Museum and Sculpture Garden (HMSG). The structure is to be erected once a year, either in spring or fall, allowing the museum to program its courtyard and thus optimize its footprint. The covered 12,812 square feet of sheltered space accommodates up to approximately 852 people for public events including performing arts, film, lectures, and debates. The space is enclosed by an air supported, cable stayed, translucent, single layer membrane of high performance fabric. The main volume, of the enclosure, referred to as "the Body," rises through the void of the existing building and projects above the Hirshhorn approximately 20 meters (70 feet) and is referred to as "the Head." An extension of the Body, referred to as "the Connector" and "the X-Space," reaches across the plaza, compressed beneath the mass of the existing museum. The services for this project will include, but are not limited to, general construction services, preparing construction documents, and serving as the Architect/Engineer of record for the project. It shall be the responsibility of the Offeror to design and construct this project under SI's design and construction excellence guidelines and complete construction while meeting all the specified project requirements within budget. The scope of professional services will require at a minimum: Professional architectural, engineering, landscape architectural, interior design, and related consulting services for concept design documents, design development documents, construction documents, specifications, cost estimates, schedules, space planning, value engineering services, computer-aided design and drafting (CADD), and includes construction. The construction services will require at a minimum: fabrication and construction of the facilities, administration of the construction contract and all subcontracts, scope management, value engineering, coordination of regular construction meetings, CPM scheduling, maintaining of construction records, including daily logs and monthly reports, monitoring of construction costs, all services included in the contract documents, building commissioning and turnover to designated facility management staff, post-construction contract services (PCCS), abatement, demolition, warranties and guarantees and other required supplemental services as required under the contract. Services will also include, in addition to the initial installation of the Pavilion, maintenance of the structure for a period of two months, de-installation, storage, and annual re-installation, maintenance, de-installation, and storage for a period of four additional years/cycles following the first. Smithsonian Institution has estimated the total budget for this project, including, all design requirements, construction, installation, maintenance, deinstallation, transportation, storage and all related services from the Base Contract through Option 1 to be between $10 million and $12 million. The Smithsonian Institution will hold the Contractor responsible for performing within this budget. The total period of performance allowed for this project shall be based on the completion of design and construction and delivery of the SIP to HMSG and SI on or before August 30, 2013. The anticipated award date is on or before May 1, 2012. OFFERS MUST BE RECEIVED NO LATER THAN 3:00 P.M. EASTERN STANDARD TIME ON THURSDAY MARCH 15, 2012 A Pre-proposal Site Visit is anticipated for February 21 and will be detailed in Section L of the RFP. EVALUATION AND SELECTION WILL BE BASED ON THE CRITERIA AND INSTRUCTIONS IN SECTIONS L AND M OF THE RFP. THIS WILL BE CONSIDERED A BEST VALUE SELECTION. The Smithsonian Institution intends to issue a Firm Fixed Price contract for the project listed above and as described in the RFP. The successful firm will be expected to sign a standard, unmodified, Smithsonian contract. The North American Industry Classification Code (NAICS) for this procurement is 236220 and the size standard under this code is $33.5 million average annual receipts over the last three years. This announcement is open to all businesses regardless of size. 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 goal 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. Interested, qualified firms are invited to submit Proposals to be the delivered to Smithsonian Institution, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, VA, 22202, Attention: Thomas Dempsey, or mailed to Smithsonian Institution, Office of Contracting, PO BOX 37012, CC350, MRC 1200, Washington DC 20013-7012. FULL REQUEST FOR PROPOSAL AND DOCUMENTS TO BE SUBMITTED ON OR BEFORE FEBRUARY 1, 2012. THE FUNDING FOR THIS PROCUREMENT IS THROUGH SMITHSONIAN TRUST ACCOUNTS. DESPITE THE USE OF FEDERAL ACQUISITION CLAUSES, THIS IS NOT A FEDERAL PROCUREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/T12SOL10014(1)/listing.html)
 
Place of Performance
Address: Independence Avenue and Seventh Street, Washington, District of Columbia, 20560, United States
Zip Code: 20560
 
Record
SN02663649-W 20120201/120130234414-b98bdc055c9eaa346cc2086a28538afd (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.