Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOLICITATION NOTICE

C -- IDIQ A-E Contract for Civil/Environmental A/E Services in Hawaii, Guam, Saipan and American Samoa

Notice Date
1/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
National Park Service, Denver Service Center, PO Box 25287, DSC-CS, Denver, CO 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
N8080021700
 
Point of Contact
Ed Tafoya, Contracting Officer, (303) 969-2116
 
Description
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Lakewood, Colorado, 80228, is seeking a qualified firm(s) or organization(s) to provide Civil and Environmental Architect/Engineer (A/E) services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations primarily throughout the States of Hawaii, Guam, Saipan, and American Samoa. The lead firm(s) selected for contract award will be predominately Civil and Environmental design firm(s) as the majority of services to be performed under this contract(s) will be Civil/Environmental in nature. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, and other factors that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. TYPES OF PROJECTS: Projects may include, but are not limited to: A. Water supply, treatment, distribution, and storage systems; B. Wastewater collection, treatment, and disposal facilities; C. Wastewater reclamation and reuse (both potable and nonpotable facilities); D. Water and wastewater pumping facilities; E. Roads, Bridges, and Trails; and F. Stormwater Management. As an example of the size of projects for Parts A through D, above, the size will range from very small (5,000 gallons per day capacity) to larger (over one million gallons per day capacity). Complexity will range from that of groundwater wells with disinfection to complete treatment facilities for surface water sources, or desalination, and from that of on-site septic tank/drainfield systems to wetlands, lagoons, alternative and/or advanced wastewater treatment processes, and conventional wastewater treatment facilities. Projects will also include, but are not limited to: G. Rehabilitation and new construction of Visitor Centers, Administrative Facilities, Maintenance Facilities, Comfort Stations, Residences, Campgrounds, Utility Infrastructure, Marine Facilities and other structures and facilities constructed at NPS Units; H. Roads, intersections, and parking areas, pedestrian and small bridges; I. Surveying may include, but is not limited to, ground surveys, boundary surveys, aerial photography and aerial topographic surveys, global positioning systems (GPS) surveys, preliminary and final design layouts, construction layouts, as-built surveys, hydrographic and hydrologic surveys, and technical assistance; J. Drainage and stormwater management systems; K. Environmental Engineering and Compliance Permitting, including hazardous materials condition assessments and testing, soils analysis, underground storage tanks and system appurtenances, and air and water quality monitoring systems; L. National Environmental Policy Act (NEPA) and Section 106 Compliance; M. Geotechnical Engineering, Seismic Engineering; N. Sanitary Landfill and Solid Waste Management; and O. Corrosion Protection/Cathodic/Materials. REQUIRED DISCIPLINES: Required disciplines include professionals registered as Civil Engineers, Traffic Engineers, and Environmental Engineers. Subconsultant disciplines, which may be required for some projects include professionals registered in structural, electrical, mechanical, hydrologic, fire/safety, and process/instrumentation engineering; surveyors; geotechnical engineering; architecture; landscape architecture; scientists/biologists for compliance (106 and NEPA); construction management and cost control/estimating. Incidental services, e.g. AutoCAD drafting, word processing, cost estimating, etc. may be required in the performance of specific task order requirements. CONTRACT PERIOD: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $5,000,000.00 for the life of the contract. Each Task Order will not exceed $250,000.00. The $5,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. SUSTAINABLE DESIGN AND CONSTRUCTION PRACTICES: The U. S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operation of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certifications and membership in professionally recognized organizations that promulgate sustainable practices. The National Park Service, Pacific West Region has implemented Directive PW-048 which delineates how it emphasizes the concept of sustainability with respect to design and construction practices. Implementing sustainable design and construction practices is the constant process of identifying and incorporating activities and actions during facility planning, design, construction, and operation to meet the following goals: a. Consume less energy and natural resources over the life of the facility; b. Ensure that resources such as water, air and land are as clean or cleaner at the end of use as at the beginning; c. Ensure that the viability, integrity and diversity of natural systems are protected, undiminished and maintained; d. Ensure that natural sound-scape and dark skies are undiminished; e. Use green technologies and products that have less negative impacts on human health and the environment; f. Reduce the material entering landfills; and g. Ensure compliance with all natural and cultural requirements. EXECUTIVE ORDERS: In accordance with Public Law 100-418 and Executive Order 12770, as of January 1994, all federal design work will be done using the metric system of weights and measures. Work done under this contract may be subject to this requirement. The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will not be included in the contract. Executive Order 13101 ? Greening the Government Through Waste Prevention, Recycling, and Federal Acquisition,? (September 14, 1998). This Executive Order requires Federal Agencies to incorporate waste prevention and recycling in the Agency?s operation and work to increase and expand markets for recovered materials through greater Federal Government preference and demand for such products. In developing work plans, work statements and specifications, Agencies must consider the ?elimination of virgin materials requirements, use of bio-based products, use of recovered materials, reuse of product, lifecycle cost and lifecycle assessment, recycle ability, use of environmental preferable products, waste prevention and ultimate disposal.? The Resource Conservation Recovery Act (RCRA), Section 6002 and Executive Order 13101 require the purchase of Environmental Protection Agency (EPA) designated products with a required minimum recovered material content as described in an Agency?s Affirmative Procurement Program (APP). This list of EPA-designated products is available at http://www.epa.gov/cpg. This requirement applies to all contracts that require EPA-designated products. When purchasing a product or products on this list without the required minimum recovered minimum recovered material content, a written justification based on specific exemptions is required by FAR 23.405 ( c) A/E firms and their consultants are required to be familiar with EPA guidelines by developing specifications utilizing EPA?s minimum recycled content standards. If products specified by the A/E do not meet EPA?s guidelines, the A/E must prepare written justifications in accordance with FAR 23.405 (c ). A/E firms are to use life-cycle cost analysis, wherever feasible and appropriate to assist selection of products and services. Whenever possible, cost shall be calculated over the life of the item, not just the initial, up-front cost. When comparing alternative products, the initial cost of the acquisition as well as maintenance costs, operational costs, etc., must be considered in the analysis. A product having a higher initial cost may have lower operational costs or higher resale value and will, therefore, prove to be a better value and more cost effective compared to the alternatives. PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarily Pre-Design, Compliance, and Supplemental Services (Title I Services), Design and Construction Documents (Title II Services), and Construction Management (Title III Services). All work and deliverables shall be stamped and sealed by Registered Professionals. All professionals shall be registered in the States in which the work is performed. Title I Services: Services in this category may include, but are not limited to, the preparation of conceptual, schematic, and preliminary design documents. This may include site and feasibility investigations; laboratory testing; pilot testing of water treatment systems; surveying; geotechnical studies; drilling of test/pilot wells; investigation and analysis of existing systems; research and analysis of pertinent Federal, State, and local regulations and codes; permitting; value analysis (engineering) and preliminary design, including alternatives analysis, schematic design and design development; preliminary drawings; and value and design analysis, including acquisition of data pertaining to local construction practices and material availability, outline specifications, and preliminary construction cost estimates; comparability cost analysis; NEPA and Section 106 Compliance; and peer review of NPS in-house or other A/E designs. Title II Services: Services in this category may include, but are not limited to, the preparation of design development documents, construction drawings, and construction specifications and preparation of construction cost estimates for civil/environmental engineering projects, including repair, rehabilitation and modification of existing buildings, roads with associated parking, and utility systems; and peer review of NPS in-house or other A/E designs. Final construction documents (i.e., plans and specifications) shall be furnished to the NPS in an electronic format capable of being transmitted over the Internet to the general public via electronic commerce. Title III Services: Services in this category may include, but are not limited to, construction management services, which include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. This includes construction observation, review of submittals, value engineering, site visits, field-testing, preparation of operation and maintenance manuals, construction support, and consultation during construction. Much of the work to be performed in historic buildings and sites will require continuous attention to compliance with historic preservation guidelines, techniques, and oversight. COORDINATION: The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: A. Demonstrated professional qualifications, professional registration, technical expertise, and experience of the firm, including all principles and key staff of the firm, its consultants, and project personnel, with projects of types described both in urban and remote locations. Emphasis will focus on familiarity with and project experience in applying principles of sustainability in various climatic regions (for example, high mountains, volcanic, tropical, and coastal) for the types of projects described and utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings. B. Demonstrated project management experience and expertise with integrated design, with an emphasis on coordinating multidisciplinary teams, sub-consultant working relationships, establishment of up-front environmental goals, whole systems approach and follow-through. Demonstrated ability of the firm or organization to communicate, coordinate and facilitate work expediently. Demonstrated ability to design portions of a multidisciplinary design project independently, to participate in reviews, and to facilitate coordination into a multidisciplinary design project. C. Demonstrated experience and expertise in other technical aspects required under this contract, including construction management, drainage and stormwater management systems, environmental engineering and compliance, permitting, NEPA and Section 106 compliance, surveying, and geotechnical engineering, either in-house or by multidisciplinary teams and sub-consultants. Demonstrated specialized experience and technical competence in preparing, developing, and finalizing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources (water and electric conservation, solar energy, wind energy, etc.) and to the earth?s managed resources. This includes to the maximum extent practicable, specifying the use of recycled content material and recovered materials, and providing designs for construction that promote energy conservation, pollution prevention, and waste reduction. D. Demonstrated good judgment in selection of treatment processes, that are appropriate for level of staffing, remoteness of facility, extreme climatic conditions, and other factors. E. Specific past performance on previous architect/engineering work performed for federal, state, and local government agencies, and private industry documenting the quality of the firm's work and the firm's history of meeting performance schedules and budgets. F. Demonstrated capacity to respond to short time frames and accomplish multiple simultaneous projects within desired schedules, while maintaining a high standard of quality of work and cost control. When responding to this announcement, firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small and large business concerns. Small, small disadvantaged, women-owned small businesses, and service-disabled veteran-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. SUBCONTRACTING PLAN REQUIREMENT: In accordance with Public Law 97-507, the A/E Firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 15% of the contractor's intended subcontract amount be placed with small business, 5% shall be placed with women-owned businesses, 5% be placed with small disadvantaged businesses, and 3% to be placed with service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SPECIALIZED SERVICES: In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, the DSC occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, DSC will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect these ?pass-throughs? would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the Denver Service Center will continue to acquire such specialized services in this manner. SUBMISSION REQUIREMENTS: Firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 and other PERTINENT information. Pertinent information submitted in support of the completed SF 254?s and 255?s should not exceed 15 pages. SF 254?s and 255's must also be submitted for subconsultants. Clearly, specifically, and concisely address the evaluation criteria when completing the forms. Offerors are requested to submit one original of their submittal. Other marketing information such as booklets, pamphlets and brochures is neither requested nor desired. Submittals must be received in the contracting office by no later than 4:00 p.m. Mountain Standard Time, 30 days after issuance of this request in order to be considered for selection. Note: This is not a Request for Proposals.
 
Record
SN20020130/00019556-020128210434 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.