Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2003 FBO #0534
SOLICITATION NOTICE

C -- IDIQ A-E Contract for General Engineering and Supporting Services

Notice Date
5/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC - CS - Contracting Services Group National Park Service, P.O. Box 25287 12795 W. Alameda Parkway, Attn: Joelle Enay Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
1443N2000033700
 
Response Due
6/16/2003
 
Archive Date
5/14/2004
 
Point of Contact
Joelle Enay Contract Specialist 3039692128 Joelle_Enay@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
NA 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 (A-E) General Engineering and supporting services (Architecture, Historic Architecture, and Landscape Architecture) under an Indefinite Quantity contract for a variety of projects within National Park Service units at locations throughout the United States, its possessions, and territories. The lead firm(s) selected for contract award will be engineering design firm(s) as the majority of services to be performed under this contract(s) will generally be engineering 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, quality of deliverables, timeliness, geographic location, and other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. TYPES OF PROJECTS Projects may include, but are not limited to: A) Buildings and Structures B) Drainage and Stormwater Management Systems C) Electrical Systems D) Environmental Engineering and Compliance Permitting E) Fire Protection Engineering F) Geotechnical Engineering G) Historic Structures H) Marine and Coastal Facilities I) Mechanical Systems J) National Environmental Policy Act (NEPA), Section 106 Compliance and Construction Permitting K) Seismic Engineering L) Site Development M) Transportation Engineering, Transportation Facilities, and Traffic Systems N) Surveying O) Water and Wastewater Systems and Facilities REQUIRED DISCIPLINES A) Required disciplines include, but are not limited to, registered professional engineers in the following areas: civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary, and structural engineers. B) Additional disciplines which may be required for some projects include registered or certified professionals in the following areas: Architecture, Historic Architecture, Landscape Architecture, Historic Landscape Architecture, Landscape History, Lighting, Acoustics, Seismic Engineering, Transportation and Traffic Engineering, Archeology, Anthropology, Architectural Conservation, Roofing, Surveying, Sustainable Technologies, Industrial Hygiene, Hazardous Materials, Cost Control and Cost Estimating, and Construction Management. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Word processing, 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 $25,000,000.00 for the life of the contract. Each task order will not exceed $500,000.00. The $25,000,000.00 maximum may be realized in a single year or spread 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 $50,000.00. SUSTAINABLE DESIGN 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 memberships in professionally recognized organizations that promulgate sustainable practices. EXECUTIVE ORDER 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. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A) Project Planning and Compliance Services B) Predesign Services: a) Programming b) Site Analysis c) Supplementary Services C) Design Services: a) Schematic Design b) Value Analysis c) Design Development d) Construction Documents e) Construction Support D) Construction Management Services 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. 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. The DSC does not intend to allow the prime consultant an administrative handling or coordination fee on subconsultant's services. 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 ability and experience to work nationwide, including U. S. possessions and territories, in the type of projects required under this contract, particularly small projects, in various climatic regions (i.e. high mountain, heavy snow areas, arid deserts and coastal, urban and remote areas); and specific past performance records 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. B) Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental goals, whole systems approach and follow-through. Demonstrated records of the firm's ability to communicate, coordinate, facilitate, and work expeditiously with multiple entities including Federal, State, and local agencies and other involved concerns. C) Demonstrated specialized experience and technical competence in preparing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources (forest, grasslands, water, 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. Emphasis will focus on familiarity with and project experience in applying principles of sustainability in various climatic regions (for example, high mountains, heavy snow areas, arid deserts, and permafrost) 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. D) Demonstrated professional qualifications of individuals listed to perform under the contract, including individual licenses, certifications, and experience in the work proposed. E) Ability and capacity to respond to expanded or multiple task orders on short notice and within the established schedules, while maintaining a high standard of quality and controlling costs. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e. multiple awards). The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. SUBCONTRACTING PLAN REQUIREMENT In accordance with Public Law 97-507, the firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-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 19% of the contractor's intended subcontract amount be placed with small businesses; 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm, a Team Standard Form 255, and an organization chart of the team in an original only. Standard Form 254 are to be submitted only for the required disciplines identified in above section entitled Required Disciplines, subparagraph A. The Team Standard Form 255 shall include all disciplines identified in the above section entitled Required Disciplines, subparagraphs A and B. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on Standard Forms 254/255. Additional information should not exceed 20 double-sided pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Responses must be received before 4:00 p.m. Mountain Daylight Time, June 16, 2003. Note: This is not a Request for Proposals.
 
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=1048589)
 
Place of Performance
Address: Nationwide
Zip Code: 80225
Country: USA
 
Record
SN00325055-W 20030517/030515213709 (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.