Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOURCES SOUGHT

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

Notice Date
5/29/2003
 
Notice Type
Sources Sought
 
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
1443N2000034900
 
Response Due
6/13/2003
 
Archive Date
5/28/2004
 
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
Total HUB-Zone
 
Description
NA The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, in support of the NPS Pacific West Region is seeking 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 California, Idaho, Nevada, Oregon, Washington, Hawaii, and islands of the outer Pacific. THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE SET-ASIDE. In accordance with FAR 52.219-3(c), a HUBZone small business concern agrees that in performance of the contract, in the case of a contract for Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In accordance with FAR 52.219(e), a HUBZone joint venture agrees that, in the performance of the contract, 50% will be performed by the HUBZone small business participant or participants. See Federal Acquisition Regulation (FAR) Subpart 19.13 or contact your local Small Business Administration office for assistance with HUBZone certification requirements. Prime contractors who are HUBZone small business certified by the Small Business Administration and who intend to submit an offer for this solicitation MUST submit the following: (1) a positive statement of your intention to submit a statement of qualifications for this solicitation as a Prime Contractor; (2) list of subcontractors on your design team including, if applicable, the date of their HUBZone certification by the Small Business Administration - all required disciplines must be included in this listing; (3) date of HUBZone small business certification for your firm; (4) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with current telephone numbers. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor being considered "not interested" in this solicitation. Responses shall be submitted to: Contracting Services Group, National Park Services, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225, Attn: Joelle Enay. Responses must be received by 4:00 p.m. local Denver time on June 13, 2003. If a sufficient number of "interested" parties respond to this notice, the complete request for Statements of Qualifications will be posted on the Federal Business Opportunities website. 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 Structure; 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 Conservations, 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. PRIMARY SERVICES: For the purpose of this contract, the services to be provided will be primarily: A. Project Planning and Compliance Services; B. Pre-design Services including programming, site analysis, and supplementary services; C. Design Services including schematic design, value analysis, design development, construction documents, and construction support; D. Construction Management Services. 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 $500,000.00. 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.
 
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=1062008)
 
Place of Performance
Address: California, Idaho, Nevada, Oregon, Washington, Hawaii, and islands of the outer Pacific
Zip Code: 80225
Country: USA
 
Record
SN00334364-W 20030531/030529213610 (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  © 1994-2020, Loren Data Corp.