Washington, DC Bids > Bid Detail

Renew Amphibian Reptile Conservation Center, Smithsonian’s National Zoo and Conservation Biology Institute

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159370409770038
Posted Date: Mar 7, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/92e6c4a03c...
Follow
Renew Amphibian Reptile Conservation Center, Smithsonian’s National Zoo and Conservation Biology Institute
Active
Contract Opportunity
Notice ID
333302-24RF-0010003
Related Notice
333302-24RF-0010003
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 07, 2024 04:43 pm EST
  • Original Published Date: Feb 21, 2024 02:51 pm EST
  • Updated Date Offers Due: Mar 19, 2024 03:00 pm EDT
  • Original Date Offers Due: Mar 19, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 03, 2024
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1JA - ARCHITECT AND ENGINEERING- CONSTRUCTION: MUSEUMS AND EXHIBITION BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Washington , DC
    USA
Description View Changes

***Amendment 1 Attached Below***





This contract procurement is in accordance with the Brooks Architect-Engineer (AE) Act as implemented by the Federal Acquisition Regulation (FAR) Subpart 36.6. The objective is to provide planning, design, construction document and construction phase services for the Smithsonian Institution’s National Zoo and Conservation Biology Institute Amphibian Reptile Conservation Center (ARCC). The North American Industry Classification Code (NAICS) for this procurement is 541310 (Architectural Services) and the size standard under this code is $12,500,000 (maximum average annual receipts to qualify as a Small Business per 13 CFR § 121.104 a). This announcement is open to all qualified businesses regardless of size. The contract awarded will be firm-fixed-price.




  1. PROJECT INFORMATION:



This announcement is for the selection and award of an Architect-Engineer Multidiscipline Contract that would provide planning, design, construction document and construction phase services for the renewal of the current Reptile House (also known as the Reptile Discovery Center) into the Amphibian Reptile Conservation Center (ARCC) at the Smithsonian’s National Zoo and Conservation Biology Institute (NZCBI) in Washington, DC. The National Zoological Park Historic District is on the National Register of Historic Places and the Reptile House, built in 1931, is a contributing resource. The Reptile House is approximately 35,000 square feet. The planning, design and construction documents phase is expected to start in the fall of 2024 and be completed by the end of 2026. Construction is expected to begin in 2027 and be completed by the end of 2029.



Objective: To provide planning and design services for the Amphibian Reptile Conservation Center (ARCC), an approximately $60 million multi-year, major renovation of a highly visited historic building; NZCBI has 1.8 million visitors annually.



SUBMISSION REQUIREMENTS:



Firms capable of performing the services must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must also be submitted for each consultant. In addition, please comply with the following:



A. Please forward your submittal to the address noted below, no later than 3:00 p.m., Eastern Standard Time, on March 19, 2024.



B. On SF 330, Part I, Block 5, include SAM unique identity ID for the prime firm.



C. On SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section.



D. Submit Electronic Copies to Christine Grant by DROPBOX using the link below:



https://www.dropbox.com/request/dHkOfdYXrDcWwFUYYzYA



E. Please submit electronic submission in pdf format. The SF 330 shall have a table of contents and page limit of 100 pages. Font size shall be Times New Roman 10 point; margins shall not be less than one inch. A maximum of TEN (10) projects will be reviewed in PART I, Section F. Exceptions will not be considered. Resumes may be excluded from the page count provided they are bookmarked and hyperlinked for easy reference.



F. Preface the submission with a brief cover letter on company letterhead.



G. Any questions should be submitted: (i) in word document; and (ii) solely to Christine Grant, Contracting Office; and (iii) transmitted via email to Grantca@si.edu . Inquiries must be submitted no later than March 5, 2024 by 3:00PM EST. Except as outlined in the preceding sentence, telephone calls, personal visits, and e-mails to Smithsonian and NZCBI staff or board members to discuss this announcement are prohibited. There will not be a scheduled tour of the building prior to submission of responses to this solicitation. Interested firms may visit the public spaces of the Reptile House during regular zoo hours.



H. It is anticipated that the short-listed firms will be contacted and invited to interview and may be required to present an oral presentation in Washington, DC. You will be contacted to set up a date and time.





SUBCONTRACTING PLAN REQUIREMENTS



If the selected firm is a large business, a subcontracting plan consistent with Public Law (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 8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 8% with Women-owned small businesses (WOSB); 5% shall be placed with Hub-zone Small Businesses (Hubs); 4% with Veteran-owned small businesses (VOSB); and 4% 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.


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

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 >