Hirshhorn Museum and Sculpture Garden Building Envelope Repairs (SF Project No. 1821115)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Aug 31, 2020 03:40 pm EDT
- Original Published Date: Jul 23, 2020 08:09 am EDT
- Updated Date Offers Due: Sep 14, 2020 03:00 pm EDT
- Original Date Offers Due: Aug 31, 2020 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 29, 2020
- Original Inactive Date: Sep 15, 2020
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2JA - REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Washington , DC 20024USA
Description
Attached is amendment 0003 for download
Attached is amendment 0002 for download
Attached is amendment 0001 for download
REQUEST FOR PROPOSAL 333302-20RF-0010034
Hirshhorn Museum and Sculpture Design for Building Envelope Repairs (SF Project No. 1821115)
SECTION 1: ADMINISTRATIVE INFORMATION:
INTRODUCTION:
The Hirshhorn Museum and Sculpture Garden (HMSG), the Smithsonian Institution's museum
of modern and contemporary art was designed by architect Gordon Bunshaft, FAIA, of
Skidmore, Owings, and Merrill, and opened to the public in 1974. The museum is located at the
northwest corner of 7th Street and Independence Avenue, SW, in Washington, DC and the
sculpture garden is north of the museum across Jefferson Drive. The building is a cylindrical
volume 231 feet in diameter raised 14 feet above a paved plaza on four concrete piers. The
building is clad with precast concrete panels with exposed aggregate of crushed pink granite.
The center of the drum is a circular courtyard with a large, shallow, bronze fountain. The nearly
featureless outer shell is contrasted by the walls facing the inner courtyard, which are divided
into equal, glazed cells which light the interior sculpture galleries. The museum building has four
above-ground stories and a basement, which sits below the plaza that surrounds the building.
The sunken sculpture garden consists of a series of terraces, paths, a reflecting pool, ramps,
steps, and planted areas separated by concrete walls of various heights with an exposed stone
aggregate finish. Modifications to the garden in 1981 by landscape architect Lester Collins and
to the plaza in 1993 by James Urban and Associates increased the circulation and landscaped
spaces.
The Hirshhorn building shell has performed poorly with respect to moisture infiltration and
thermal performance with problems increasing as the building ages. Studies have been conducted
over several years investigating the cause of these leaks and proposing solutions. Some, though
not all, of those recommendations have been implemented with varying success. Leaks and
condensation continue to be an issue in the building.
All of the requirements which the successful Offeror must meet concerning this project are set
forth in detail in the solicitation Documents included with this Request for Proposal. Upon the
receipt of Technical and Cost Proposals and the selection of a successful Offeror the Smithsonian
will execute a Fixed Price construction contract.
It shall be the responsibility of the Offeror to immediately notify the Smithsonian Institution, if
the target dates and proposed packages of work described herein adversely effect the
Contractor’s Critical Path Schedule for the final completion date of this project (670 calendar
days from the Notice to Proceed). Offerors may propose an alternate schedule which illustrates
the completion of the project in advance of the completion date.
This Request for Proposal (RFP) is intended to provide all Offerors with sufficient information to
enable them to prepare and submit offers for technical and cost review and consideration by the
Smithsonian Institution.
This solicitation neither commits the Smithsonian Institution to pay any proposal preparation
costs nor obligates the Smithsonian to procure or contract for construction or any other services.
It shall not be construed as authorization to proceed with or be reimbursed for any of the costs
for any of the work specified herein.
The Smithsonian may cancel this RFP without prior notice.
PRE-BID TOUR OF THE SITE:
Due to Coronavirus COVID-19 the pre-bid tour has been pre-recorded on June 16, 2020. You
can view the video in the Solicitation Attachments or on YouTube at https://youtu.be/oTzH0P-
28Ek Offerors should visit the web sites to familiarize themselves with the conditions as
specified in the drawings and specifications. Offerors can contact the Contracting Officer to
schedule a site tour. A maximum of ten people are allowed and mask are to be worn al all times
while on site. All offerors are required to follow the Coronavirus (COVID-19) Prevention and
Control Plan Guidelines (see attachment ).
QUESTIONS/CLARIFICATIONS
It is desired that all questions/clarifications be sent in, sequentially numbered for example
first questions 1,2,3, second set of questions 4,5,6 etc. in word format to grantca@si.edu.
It is requested that all questions be sent in August 6, 2020 no later than 3PM EST. (see Amendment 1) (see Amendment 2)
SUBCONTRACTING GOALS
The subcontracting goals for this project are:
23% with small business concerns. The following are subsets of the small business goal is 5%
small disadvantaged small business concerns to include: HBCU/MI's, 3% veteran owned,
service-disabled small business concerns, 3% HUBZone small business concerns, 5% womenowned small business concerns.
SECTION 2: STATEMENT OF WORK
Provide all materials, equipment, labor and supervision necessary to complete the following
work at the Smithsonian Institution, Hirshhorn Museum and Sculpture Garden, Independence
Avenue and 7th Street, SW, Washington DC 20560.
General Description of the Work
The Work includes, but is not limited to, all work specified on the drawings and in Divisions
One through Thirty-Three of the specifications:
The objective for this SOW is to improve the energy performance and waterproofing of the
Hirshhorn’s exterior wall and roof assemblies. The work involved will include denuding the
existing building, installing new insulation and waterproofing, fabricating and installing new
exterior precast concrete wall panels to match the existing historic panels, replacement of the
balcony curtain wall, and demolishing and replacing the building’s roof.
Drawings/Specifications/ Attachments
All drawings Specifications and attachments will be located on Federal Business Opportunities
in the attachment section of the Solicitation and Dropbox.com, use link
https://www.dropbox.com/sh/e700feruolky9co/AAByFsO5CDkL0lQeuTFx0qlfa?dl=0 to access
the files. If you have any issues downloading the attachments contract the Contract Officer.
SECTION 3: PROPOSAL REQUIREMENT (to be submitted separately)
Proposals are to be submitted to DropBox.com using link
https://www.dropbox.com/request/E1OrwFyZi6WGy5U6DKRL and Express mailed on separate
flash drives labeled Technical and Cost. If any pricing information is on the Technical proposal
you will be disqualified.
TECHNICAL PROPOSAL (to be submitted separate flash drives)
The Technical Proposal shall be directly responsive to the Statement of Work and as described in
the drawings and specifications. The following specific material shall be included in the
Technical Proposal (adherence to this organization will facilitate review, evaluation, and
consideration):
1. Firm's Experience and Past Performance
Complete the attached “Company Experience” form for each relevant project. Include
three projects of similar size and diversity where the Offeror was the Prime Contractor.
Referenced projects should be less than five years old. Include projects where the project
contained substantial work on occupied sites with restricted access and where you have
been the Prime Contractor. Projects that list Persons-to-Contact who are unavailable at
the address or telephone number provided may result in a point reduction. Smithsonian
Institution will verify past performance.
Offeror's Technical, Financial, and Corporate Resources: Provide a completed
Contractor's Qualifications Statement (AIA Document A-305) and the latest certified
audit report.
Provide a narrative of your company’s safety experience over the past five (5) years.
2. Plan of Accomplishment and Contract Time
The Plan of Accomplishment shall include, at minimum, the following information:
a. Summary CPM Project Schedule and Coordination Plan
1) Provide a time scaled CPM summary schedule identifying construction
logic; activities to be accomplished on a multi-shift basis, weekends or
holidays; installation of long lead / key equipment or material; and
activities which will interrupt adjacent building operations. The CPM
should highlight all scope activities included in Specification Section
01000. The summary should contain approximately 250 activities that
show sequence, duration, and interdependency. Identify all critical
elements of the work, including submittal review, each trade, important
construction as well as designated milestones, long-lead items, early
Substantial Completion of certain areas, special events, and other items
associated with time impacts including scaffolding and winch system.
Clearly show the critical path.
Contract Time for all Work, including additive alternates, shall not be
greater than 670 calendar days from Notice-to-Proceed.
2) Provide a narrative addressing coordination with issues and special events.
Discuss how management will assure completion of the milestones.
3) Provide a preliminary Site Coordination Work Plan. As part of the
discussion provide a written narrative of how coordination with other
contractors currently on site would be accomplished.
4) Provide a written narrative addressing the following as a minimum:
A. Preparatory actions, including staging and access to site,
B. Protection of existing features to prevent mechanical and weather–related
damage, including maintenance of building occupancy and egress during
construction,
C. Major equipment to be utilized,
D. Sequence of work,
E. Procurement and installation of precast concrete panels,
F. Other pertinent information required describing exactly how work will be
accomplished.
b. Implementation Plan
Describe method of protection of adjacent areas, including natural environment,
from accidental damage during construction. Describe in detail the particular
procedures, site strategy, and work methodology planned for this project that will
deliver a superior quality product in the following areas of work for the proposal:
1) Quality Control
2) Coordination Drawings
3) Precast Concrete Panels to Match Existing Historic Panels
4) Roofing
5) Waterproofing
6) Curtain wall
7) Museum-quality Mechanical Systems
8) Electrical Systems
9) Plumbing Systems
10) Security
11) Site Work
12) Cast-in-Place Concrete
13) Protective Design Elements
14) Scaffolding and Winch System
15) Commissioning
c. Project Control and Coordination
Provide a procedural and administrative plan for progress reporting, cost
accounting, shop drawing and product submittals controls, security, visitor and
worker access/egress, equipment/materials storage, and staging.
d. Project Completion and Warranty Transfer/Turnover Plan
Provide a preliminary plan for the training and instruction of Smithsonian
personnel in the maintenance of new systems. The plan should include the
manner and method for the turnover of all operation and training manuals and
specific warranties and guarantees for equipment and materials to be provided
under the contract. (See Specification Division 1)
e. Safety
Provide the current workman compensation rates, insurance certificates and
insurance modifiers assigned for your company. Provide a preliminary job site
safety plan. Describe corporate policy on safety, and frequency of safety training.
(See Specification Division 1)
f. Quality Assurance
Provide a project-specific Contractor Quality Control (CQC) Plan as described in
Specification Division 1, that discusses in detail the methodology for assuring
construction quality. Furnish resumes of all proposed CQC and Alternate CQC
Representatives. In the event that a separate, subcontract CQC firm is proposed,
provided the same information required above of the prime contractor. The
Smithsonian Institution does not desire alternative proposals, and as such, offerors
should not propose more than one individual for any one position or, if applicable,
more than one CQC firm for the project. This may result in the proposal being
scored lower during evaluation.
The offeror's CQC Plan shall discuss in detail the methodology that will be
employed to provide assurance of a quality constructed project and should
include, as a minimum, the following information:
1) Management and coordination of job-site activities and support functions
for quality assurance of workmanship and materials for the Contractor,
subcontractors, and suppliers.
2) Description of systems of inspections, tests, corrective actions, follow-up,
and documentation processes. Provide names of the independent testing
laboratories to be used.
3) Control for minimized variations from and changes to the Specifications
and Drawings, including methodology of how changes will be required,
evaluated for impact on the project, and incorporated into the work and
recorded on as-built documents.
4) Process for monitoring the effectiveness of the Project Schedule,
Implementation Plan, and Project Control Plan. Describe means of
measurement and methods for corrective action.
5) Describe procedures and methods for maintenance of shop drawings,
change orders, correspondence documents and as-built drawings.
3. Key Personnel and Subcontractors
Describe the proposed organization that will work on this project. Provide an
organization chart identifying lines of authority and supervisory responsibilities. Identify
items of work to be performed by the prime contractor and their percentage of the total
project. Identify major subcontractors and indicate how they would fit into the
organizational structure. List prior projects where the Offeror and subcontractors have
worked together.
a. Provide resumes of key personnel listing their specialized qualifications, special
training and experience over the past five years particularly as the qualifications
relate to work on fabrication and installation of precast concrete panels. Note
particularly experience on similarly sized projects accomplished in the
Washington, DC area or a similar metropolitan setting. Key personnel include:
Project executive, project manager, general superintendent, quality control
assistants, scheduling engineers, cost engineers, and subcontractors personnel
performing critical elements of the Work. The individual resumes shall be
prepared in a consistent format for each of the key positions and contain at a
minimum, the following:
1) Name, title, address, and telephone number
2) Educational background, including technical education
3) Work experience covering the last five years or last five project
assignments (of at least 12 months per assignment) to include the
following:
a) Project name, location and dates of assignments,
b) Description of primary project features,
c) Name and address of project owner,
d) Name and address of employer on each project,
e) Name and address of superintendent,
f) Positions(s) occupied on each assignment and the time assigned to
each position, and
g) Description of duties and responsibilities of each position.
4) Length of time employed with current firm
5) Percent of time available
6) Membership in professional societies
7) Professional registrations, licenses or certifications
8) Publications, awards or special achievements of a technical nature
b. Provide the name of one subcontractor (or indicate that the work will be
performed by the prime for each element of work listed below). You will be
expected to use the subcontractor listed for each element of work unless written
approval for change is received from the Contracting Officer in accordance with
the contract clause entitled 52-244-S0013 Subcontractors. Failure to indicate who
will perform the work for each item below will result in lower scores during
evaluation of the proposal. Special consideration will be given to subcontractors
who are identified as having experience working with National Historic
Landmarks.
1) Quality Control
2) Coordination Drawings
3) Roofing
4) Waterproofing
5) Curtainwall
6) Scaffolding and Winch system
7) Protective Design Elements/Temporary Construction
8) Fabrication and installation of pre-fabricated concrete panels
9) Commissioning
For each subcontractor listed above, list three references with customer contact,
address and telephone number. If the contact cannot be reached by the
Smithsonian Institution during the reference evaluation process, the proposal may
be scored lower during the evaluation.
4. Precast Concrete Fabricators and Installers
Describe the proposed organization that will work on this portion of the project. Provide
an organizational chart identifying lines of authority and supervisory responsibilities.
Identify items of work to be performed by the prime contractor and their percentage of
the total fabrication and installation. Identify major subcontractors and indicate how they
would fit into the organizational structure. List prior projects where the Offeror and
subcontractors have worked together on fabrication and installation of precast concrete
panels.
a. Provide resumes of key personnel listing their specialized qualifications, special
training and experience over the past five years. Note particular experience on
similar sized projects accomplished in Washington, DC area or a similar metropolitan
setting. Key personnel include: Project executive, project manager, general
superintendent, quality control assistants, scheduling engineers, cost engineers, and
subcontractors personnel performing critical elements of the Work. Each resume
should include, at minimum, the following:
1) Name, title, address, and telephone number
2) Educational background, including technical education
3) Work experience covering the last five years or last five project assignments
(of at least 12 months per assignment) to include the following
a) Project name, location and dates of assignments,
b) Description of primary project features,
c) Name and address of project owner,
d) Name and address of employer on each project,
e) Name and address of superintendent,
f) Position(s) occupied on each assignment and the time assigned to each
position, and
g) Description of duties and responsibilities of each position.
4) Length of time employed with current firm
5) Percent of time available
6) Membership in professional societies
7) Professional registration, licenses or certifications
8) Publications, awards or special achievements of a technical nature.
b. For subcontractor listed above, provide three projects similar in scope and scale to this
project. Special consideration will be given to subcontractors who are identified as
having experience working with National Historic Landmarks.
For each project provide:
1) Owner’s name, address, telephone numbers, contact person, and administrator
of contract.
2) Description of project
3) Scope of your work and extent of project involvement.
4) Original and actual completion dates and explanation of any time extensions.
5) Original and actual Cost and explanation of cost over-runs6) References with
customer contact address and telephone number.
If the contact cannot be reached by the Smithsonian Institution during the reference evaluation
process, the proposal may be scored lower during evaluation.
COST PROPOSAL (to be submitted in separate flash drives)
5. Schedule of Values and Contract Price
Provide a comprehensive Schedule of Values which includes all base offer work and
option items. The format for the Schedule of Values shall be the Construction
Specifications Institute (CSI) divisions of work. These divisions shall include, as a
minimum: General Requirements, Sitework, Concrete, Masonry, Metals, Wood and
Plastics, Thermal and Moisture Protection, Openings, Finishes, Equipment, Plumbing,
HVAC, Electrical and Electronic Safety and Security. Break down the Schedule of
Values into the thirty-three CSI divisions. For each division separate Prime and
Subcontractor bids. Within Prime and Subcontractor, identify material and labor costs.
Markups for subcontractors and sales tax shall be indicated as appropriate. The sums of
these divisions shall be shown along with the Prime's markup for overhead and profit.
Provide as separate pricing for the following items:
a. Submission and Smithsonian Approval of Coordination Drawings as defined in
Section 01000.
b. Submission and Smithsonian Approval of Record Submittals as defined in Section
01000.
c. Submission and Smithsonian Approval of the Operation and Maintenance
Manuals as defined in Section 01000.
Aggregate the total proposed Contract Price in the Schedule of Values. Identify the items
of cost in the Schedule of Values which will be performed with the Offeror's own force.
SECTION 4: EVALUATION CRITERIA
Proposals will be evaluated against the following factors: factors and subfactors in the
solicitation listed in order of importance. The sum of the Technical Proposal will equally weigh
the sum of the Cost Proposal.
Technical Proposal
1. Firm's Experience and Past Performance
2. Plan of Accomplishment and Contract Time
3. Key Personnel and Subcontractors
4. Precast Concrete Fabricators and Installers
Cost Proposal
5. Schedule of Values and Contract Price
SECTION 5: SUBMISSION REQUIREMENTS
Proposals are to be submitted to DropBox.com using link
https://www.dropbox.com/request/E1OrwFyZi6WGy5U6DKRL and Express mailed on
separate flash drives labeled Technical and Cost. If any pricing information is on the
Technical proposal you will be disqualified.
Flash Drives should be delivered via FedEx, UPS, courier
Smithsonian Institution
Office of Contracting
Attn: Christine Grant
2011 Crystal Drive Suite 350
Arlington VA 22202-3709
THE PROPOSAL DUE DATE IS SEPTEMBER 14, 2020 AT 3:00PM EST
Attachments/Links
Contact Information
Contracting Office Address
- 7THINDEPENDENCE AVE SW
- WASHINGTON , DC 20560
- USA
Primary Point of Contact
- Christine Grant
- grantca@si.edu
Secondary Point of Contact
- Bill Powell
- powellwb@si.edu
History
- Oct 07, 2020 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 30, 2020 04:15 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 29, 2020 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 09, 2020 01:04 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 09, 2020 12:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 04, 2020 12:22 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 31, 2020 03:40 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 27, 2020 04:51 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2020 09:47 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2020 09:43 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2020 09:39 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 24, 2020 11:25 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 24, 2020 11:20 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 23, 2020 08:09 am EDTCombined Synopsis/Solicitation (Original)