Construction Management Support Services

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159991288866179
Posted Date: Mar 6, 2024
Due Date: Apr 9, 2024
Source: Members Only
Follow
Construction Management Support Services
Active
Contract Opportunity
Notice ID
33330224RF0010018
Related Notice
Department/Ind. Agency
SMITHSONIAN INSTITUTION
Sub-tier
SMITHSONIAN INSTITUTION
Office
SMITHSONIAN INSTITUTION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 06, 2024 03:27 pm EST
  • Original Date Offers Due: Apr 09, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2JA - REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    DC 20024
    USA
Description

Construction Management Support SOLICITATION





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 236210 and the size standard under this code is $45.0 million. 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 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 7% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 7% with Women-owned small businesses (WOSB); 5% shall be placed with Hub-zone Small Businesses (HubSB), 5% 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 at least three separate Indefinite Delivery Indefinite Quantity Contract (IDIQ) Contracts will be awarded. The IDIQ contracts will be awarded for a base year with nine one-year options[RJ1] . 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 ensure 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 ensure 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 via email to Jasmine Price at pricej@si.edu, by no later than 5:00 p.m. on Tuesday, April 09, 2024. Firms 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. On SF 330, Part I, Block 5, include UEI (Universal Electronic Identifier) 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. Failure to submit the completed SF330 will render the submission unacceptable. Part I of 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 12 fonts. Preface the submission with an attached copy of a brief letter on company letterhead. Firms must be actively registered in the Systems for Award Management (sam.gov), prior to contract award. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the 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. Questions can be directed to Jasmine Price in the Office of Contracting & Personal Property Management at pricej@si.edu, by no later Wednesday, March 20, 2024. THIS IS NOT A REQUEST FOR PROPOSALS.




Attachments/Links
Contact Information
Contracting Office Address
  • 2011 CRYSTAL DR SUITE 350
  • ARLINGTON , VA 22202
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 06, 2024 03:27 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >