BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Washington, District of Columbia. Contact the soliciting agency for additional information.

6/10/2024 - On Ramp / Off Ramp Procedures The following language regarding on ramp and off ramp procedures is hereby added to the soliciation and any resulting contract: The Government will review IDIQ performance and requirements on a regular basis and determine the necessity of on ramping. The Government reserves the right to announce and issue a new solicitation for the purposes of: (i) adding additional Contractors to expeditiously meet the requirement as needs materialize; and (ii) increase competition. The Government may implement on-ramp procedures at any time by reopening the competition and utilizing the same basis of award established in the initial solicitation. Any resulting IDIQ awarded will include the same terms and conditions as the current contract. Implementing this procedure will not affect the overall period of performance for the IDIQs. The Government reserves the right to implement off-ramp procedures, which would result in the removal of IDIQ holders. The criteria for off-ramping may include, but not limited to, IDIQ holders not proposing on order request(s), not having at least one order award, and/or unsatisfactorily meeting the SOW requirements. If implemented, off-ramp procedures will remove IDIQ holders by not exercising the next available option or terminating the contract. 5/29/2024 - Response to Questions USHMM has received questions in response to this RFP. All questions and responses are attached to this solicitation. CONTRACT INFORMATION: Architect-Engineer (A&E) services are required for award of one or more Indefinite Delivery Indefinite Quantity Contracts (IDIQ) to support the United States Holocaust Memorial Museum in Washington, DC. The contract will be for one (1) base year and have options to extend for four (4) one-year option periods if the museum chooses to do so. The total five year (base and four one-year options) estimated cost for all contracts is approximately $2,500,000.00. The minimum order guarantee shall be $25,000.00. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be competed among the selected contractors in accordance with a fair opportunity process based on the A&E's specialized experience, customer satisfaction, and project requirements. The work will be for facilities of the United States Holocaust Memorial Museum in Washington, DC and the state of Maryland. Contracts may be issued up to one year after the selection is made and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. This announcement is open to all businesses regardless of size. PROJECT INFORMATION: Since opening in April 1993, the United States Holocaust Memorial Museum has hosted more than 50 million visitors. The Museum's exhibits and public programs are housed in a 258,000 square foot building, which in many ways evokes the Museum's subject matter. The Museum's staff offices are located adjacent to the Museum in the Ross Administrative Center, a 45,000 square foot building which is listed on the National Register of Historic Places, in leased office space elsewhere in the District of Columbia, and at the Shapell Collections, Conservation and Research Center is located in Bowie, MD. Modifications need to be made to accommodate the Museum's evolving programs as well as to address a number of maintenance issues. The Museum's Division of Operations is looking to issue IDIQ contracts with firms who will be able to design these adjustments in a manner which is architecturally compatible with either the Museum's or the Shapell Center's design aesthetic, or with the historic fabric of the Ross Administrative Center. These contracts will be overseen by the Branch of Facilities Services . As the projects are expected to range considerably in size, scope, and public visibility, it is anticipated that the Museum will establish contracts with multiple firms, at least one of which has an emphasis on historic preservation and materials conservation. The following services are expected to be provided as part of these contracts: complete design services including the preparation of construction contract drawings, specifications and cost estimates, both preliminary and final; site investigations; facility condition assessments; planning studies; preparation of presentation drawings, models, and sample boards; programming; space layouts; tenant space plans; interior design, including furniture and finish selection; shop drawing reviews; value engineering; construction administration services; post-construction services; and other required supplemental services if so requested by the Government. The firm may be required to provide construction phase and other services which may include preparation of operation and maintenance manuals, and commissioning/testing/start-up/fit-up design support. Some projects will be initiated as part of this contract, and flow from programming and schematic design through construction documentation. Other projects will be based upon schematic designs provided by the Museum staff. Design of exhibitions or new facilities are not anticipated to be contracted for as part of these contracts. Examples of typical task orders are as follows: Water Infiltration Investigations; Exterior Facade Moisture Investigations and Analysis; Facade Improvements Design, Investigation and Analysis; Data Center Improvements Design; Roof Replacement Designs; Structural Analysis; Space Analysis; ADA Compliance Design; Mechanical Upgrades/Improvement Design; Office Design/Occupied Space Reconfiguration; Interior/Exterior Architectural consultation, Site/Civil Engineering, Landscape Design and Landscape Architecture. Exhibit design services are not included in this solicitation. The firm or firms selected shall have either in-house expertise or consultants with expertise in the following areas: architectural conservation, museum planning, electrical engineering, mechanical engineering, structural engineering, fire protection engineering, and cost estimating. Some projects may require specialized expertise in sustainability, acoustics, architectural graphic design (e.g. office space environmental graphics and wayfinding), architectural lighting, historic preservation, and architectural materials conservation. Additional required expertise may be needed for a specific project, as required by the Government. Independent third-party commissioning separate from the M/E/P will not be required. The firm or firms selected, and their consultants, shall be licensed to practice their respective disciplines in the District of Columbia and Maryland. As such, they shall be familiar with all applicable codes, as well as with the requirements of the Americans with Disabilities Act and the Uniform Federal Accessibility Standards. They shall also be familiar with the Federal Acquisition Regulations, particularly as it relates to the selection of furniture and interior design elements. They shall also be familiar with the procedures and requirements of the National Capital Planning Commission and the Commission of Fine Arts, as well as the Section 106 Historic Review Process and and the National Register of Historic Places. In addition to traditional architectural presentation techniques, architectural drawings done as part of this contract shall be submitted in electronic format which is compatible with AutoCAD 2022, and done according to the guidelines established by the American Institute of Architects. Some of the task orders issued under this contract may require background checks of the firm's personnel, including criminal background checks. In addition, for some task orders, the firm may need to submit a SF-85 and sign a non-disclosure agreement. SELECTION CRITERIA: The selection criteria listed below is in: PROFESSIONAL QUALIFICATIONS: The firm must demonstrate professional experience and registration of lead designers for the following disciplines: Architect, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (a) have a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection engineering. The evaluation will consider education, training, overall and relevant experience and longevity with the firm. 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 simultaneously. SPECIALIZED EXPERIENCE: The firm must demonstrate the specialized and technical competence in designing repair, alteration, and new construction projects in or adjacent to architecturally or historically significant structures. The firm must demonstrate expertise with high visibility, institutional projects with complex programmatic requirements. The firm must demonstrate experience in providing post construction contract award services to ensure design and construction quality. The firm must demonstrate experience with and knowledge of multi-discipline design projects. The firm must demonstrate the ability to submit and present designs to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. CAPACITY TO PERFORM THE WORK / PROPOSED MANAGEMENT PLAN: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The proposed management plan should clearly indicate the staffing of the office indicated to perform the work. Knowledge of regulatory requirements which may affect projects. Professional ability to accomplish multiple projects simultaneously. Ability to sustain loss of key personnel while accomplishing the work within required time limits. PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance of the members of the design team working together. LOCATION Geographic location of firm to ensure timely response to unanticipated requests for on-site support. QUESTIONS: The deadline for questions is May 27, 2024 by 5:00 p.m. (Eastern Time). All questions must be submitted via email to cguy@ushmm.org & jwesley@ushmm.org. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 330, as indicated below not later than 5:00 p.m. (Eastern Time) on the response date of June 13, 2024 to the following emails: cguy@ushmm.org & jwesley@ushmm.org. Responding firms must submit a copy of the originally signed, current (within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Submit only one SF 330, Part I for the design team, completed in accordance with the form's instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The A&E shall not include company literature with the SF 330. In Block No. 4 of SF 330, Part II, provide the Unique Entity Identifier for the prime A&E or Joint Venture. The Unique Entity Identifier must be for the firm performing the work (i.e. not the parent company Unique Entity Identifier, but a Unique Entity Identifier specifically for the office performing the work). Each branch and/or office and /or joint venture must have their own Unique Entity Identifier. In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in the Professional Qualifications. In Block G-26, along with the name, include the firm/location the person is associated with. In Block F of the SF 330 please provide a maximum of ten (10) example projects. Please keep project descriptions to two (2) pages or less. Example projects do not need to be design complete or construction complete. Example projects do not have to have been completed within a specific past time frame, but proposals should accurately reflect the services that the members of the proposed team can provide. In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in the above Selection Criteria section of this announcement. In Block H, Part I, SF330, firms must show their last 12 months contract awards stated in dollars. Include any additional information to demonstrate the qualifications of your firm to perform the work. Do not exceed twenty pages for Block H. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. Please note that there is no page limit to the overall submission, however the applicant should be as concise as possible, and only directly relevant information will be taken into consideration. Site visits to discuss this announcement will not be scheduled. The following FAR provision is incorporated by reference in this solicitation. The full text of this FAR clause may be found at www.acquisition.gov . 52.204-8 Annual Representations and Certifications (Feb 2024) Contracting Office Address: 100 Raoul Wallenberg Place, SW Washington, District of Columbia 20024-2126 Primary Point of Contact.: Christopher Guy, Director of Procurement cguy@ushmm.org Secondary Point of Contact: James Wesley, Contract Specialist jwesley@ushmm.org

Conceptual

Museum

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
155
Active Projects
75
Bidding Soon
2,013
All Active Projects
872
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.