Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

B -- A/E Planning Services - Erie Canalway National Heritage Corridor

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Boston Support Office - Contracting Office 15 State Street Boston MA 02109
 
ZIP Code
02109
 
Solicitation Number
A4525030032
 
Archive Date
2/14/2004
 
Point of Contact
Michael Kennison Contracting Officer 6172235491 Michael_Kennison@nps.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Erie Canalway National Heritage Corridor Commission and the National Park Service are seeking an Architect-Engineering Planning Firm to develop and produce the Preservation and Management Plan required by the Erie Canalway National Heritage Corridor Act. The Erie Canalway National Heritage Corridor Commission is responsible for the management of the plan. The plan must be approved by the Secretary of the Interior and the Governor of New York in order to be implemented. The National Park Service will provide technical, administrative and contractual support to the Commission. The project shall consist of four phases: (1) Vision and scoping; (2) Data gathering and analysis, public outreach, and options; (3) Preferred alternative, draft plan and environmental compliance preparation, public involvement and; (4) Final plan preparation, official approval, compliance and distribution. It is intended that the project work will begin in June 2003 and end in April 2005, adding an additional 5 months if an Environment Impact Statement is required. The following tasks will be required: (1) Planning and project management; (2) Coordination of public involvement: (3) Graphic design and written/visual communications and; (4) Professional services for environmental impact assessment. The following expertise is required and is listed in priority of importance: (1) Heritage Resource and Recreation Planning/Park, Regional, and Community; (2) Public and Special Interest Group Facilitation; (3) Historic Preservation Planning; (4) Natural Resource Planning; (5) Thematic Interpretive Planning and Development; (6) Heritage Tourism and Economic Development; (7) Tourism Marketing; (8) Project Management; (9) Landscape Architecture; (10) Historical Architecture; (11) Cultural Landscape Architecture; (12) Computer Graphics and Geographic Information System Mapping; Graphic Design and; (13) National Heritage Corridor Administration and Operations. Firms desiring consideration must respond to this announcement by submitting ten (10) copies each of SF-254 and SF-255 and any other appropriate data necessary for evaluating their technical capabilities. Only firms which respond to this synopsis with the required SF-254's and SF-255's will be considered. All firms who have standing SF-254/255's on file in any NPS office must respond to this announcement with current SF-254/255 relative to the referenced solicitation. This is not a request for proposal. The significant evaluation factors listed are in relative order of importance: (1) Demonstrated specialized experience, successful past performance, and demonstrated technical competence in: (a) Heritage resource and recreation planning (e.g. heritage areas or corridors, trails, rivers, parkways, scenic byways); (b.) Park, regional, and community planning; (c) Historic preservation planning; (d) Thematic interpretive planning; (e) Natural resource planning; (f) Environmental and cultural compliance; (g) Tourism marketing; (h) Economic analysis and community revitalization; (i) Computer graphics and geographic information system mapping; (j) Graphic design; (k) Landscape architecture; (l) Cultural landscape architecture; (m) Historical architecture; (n) Public and special interest group facilitation and consensus building; and (o) Park/heritage administration and operations. (40%) Note: Items a and b will count for a subfactor value of 20% and items c - o will count for a subfactor value of 20%; total factor value is 40%) (2) Professional qualifications of the firms and staff for the performance of desired services and the demonstrated ability to work in team setting with diverse stakeholders (factor value 25%) (3) Ability of the prime contractor or subcontractor to work with both the private and public sectors in New York, understand New York State governmental structure, and state environmental and cultural resources regulations and processes (factor value 15%); (4) Past performance on contracts for planning projects with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (factor value 10%); (5) Demonstrated ability to effectively communicate, in a timely manner, with clients and the public, orally, in writing, graphically, and in person, and respond on short notice and attend night and weekend meetings in canal communities (factor value 10%). Submittal of ten (10) copies of each SF254/255 must be received by this office no later than close of business 4:30 p.m, local time, March 31, 2003. This procurement is open to small and large businesses. If the apparent successful offeror is a large business, it will be required to submit a sub-contracting plan which will separate percentage goals for using small business, and small disadvantaged business concerns as sub-contractors. Contractors wishing to view a draft Scope of Services for Planning and Related Work, legislation and a boundary map for informational purposes only please contact the Contracting Officer via e-mail at mike_kennison@nps.gov. SF254/255 Forms are available at www.gsa.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=972578)
 
Record
SN00259938-W 20030216/030214213631 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.