News

Construction Management Support

Type of document: Contract Notice
Country: United States

Construction Management Support

Agency:
Smithsonian Institution

Official Address:
2011 Crystal Drive, Suite 350 Arlington VA 22202

Zip Code:
22202

Contact:
Jasmine E Price, Contract Specialist, Phone (202) 633-7284, Fax (202) 633-7305, Email pricej@si.edu – Christine Grant, Supv. Contract Specialist, Phone 202/633-7262, Email grantca@si.edu

Link:

Date Posted:
21/11/2018

Classification:
C

Contract Description:
This procurement is unrestricted. This contract is procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. The Smithsonian Institution is seeking proposals to furnish all supervision, labor materials and equipment needed to provide professional construction management for the Smithsonian Institution’s various facilities and projects. All responsible business concerns are encouraged to submit a proposal for consideration by the Smithsonian Institution.

The North American Industry Classification Code (NAICS) for this procurement is 541310 and the size standard under this code is $7.5 million average annual receipts over the last three years. This announcement is open to all businesses regardless of size. It is anticipated that multiple awards will result from this synopsis.

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.

The Smithsonian Institution intends to award contracts with professional construction management firms to manage miscellaneous construction projects primarily in the Washington DC metropolitan area. The selected professional construction management firms may also be asked to manage construction projects for the Smithsonian Institution in the New York City metropolitan area and throughout the United States. It is anticipated that three separate Indefinite Delivery Indefinite Quantity Contract (IDIQ) Contracts will be awarded. The IDIQ contracts will be awarded for a base year with four one-year options. The selected firms will assist the Smithsonian Institution in performing pre-construction and construction phase services for selected projects.

 

SELECTION CRITERIA:

A. The firm must demonstrate specialized and technical competence in:

(1) Preparation and development of the technical information for design build request for proposals;

(2) Experience with large task order contracts and handling multiple, large task orders simultaneously;

(3) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget;

(4) Past performance on contracts with government agencies and private industry in terms of quality of work and compliance with performance schedules;

(5) Experience with storm water management and erosion and sedimentation control in various jurisdictions;

(6) Topographic surveys, soil surveys, and subsurface exploration including associated testing;

(7) Analysis and implementation of anti-terrorism and force protection requirements;

(8) Analysis and implementation of Leadership in Energy and Environmental Design (LEED) criteria;

(9) Geographic location.

B. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Project manager, architect, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, building commissioning expert, land surveyor, planner, interior designer, cost estimator, landscape architect, GIS, energy, scheduler, and industrial hygienist, only in so far as each relates to Construction Management service requirements. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. To this end, all respondent CM firms are strongly encouraged to provide staff certified as “construction managers” by the Construction Manager Certification Institute sponsored by the CMAA. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers.

C. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office.

SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no later than the close of business (4:00pm, EST) on Friday, December 21, 2007. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section.

Submit responses to:

Smithsonian Institution,
Office of Contracting & Personal Property Management (OCON&PPM)
2011 Crystal Drive, Suite 350, MRC 1200 
ATTN: Jasmine Price
Arlington, VA 22202-3709.

As previously noted, these forms shall be submitted to the above address not later than 4:00 PM, EST, on Friday, December 21, 2007. Four copies of the SF 330 submission are required. The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. 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. Solicitation packages are not provided. Contractors must be registered in the System for Award Management (SAM) prior to award. Registration may be accomplished at sam.gov. NOTE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.

Response Date:
122118

Sol Number:
33330219RF0010004

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Get SAAS-Y This Summer with DCI

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy