Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

C -- IDIQ A-E Contract for Contemporary and Historic Architecture and Landscape Architecture Services

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC - CS - Contracting Services Group National Park Service, P.O. Box 25287 12795 W. Alameda Parkway, Attn: Mary Robinson Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
1443N2000034700
 
Response Due
7/7/2003
 
Archive Date
6/4/2004
 
Point of Contact
Mary Robinson Contract Specialist 3039692056 Mary_Robinson@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 Small Disadvantage Business
 
Description
NA THIS IS A TOTAL 8(A) SMALL BUSINESS SET-ASIDE. The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, announces an opportunity for Design Excellence in public architecture in National Parks in the NPS Northeast and National Capital Regions. The NPS is seeking qualified firm(s) or organization(s) to provide Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract. This contract is for a variety of projects within areas of national significance at locations throughout Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Washington, D.C. The lead firm(s) selected for contract award will be predominately an architecture and engineering firm specializing in contemporary and/or historic architecture and landscape architecture. The A E firm term used in this request for qualifications (RFQ) is a partnership, corporation, association, or other entity that will have contractual responsibility for the project design and construction management. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept and the building's architecture. The A E firm, all applicable consultants, and the Lead Designer shall be or shall hold reciprocity eligibility to become licensed to practice in the States identified in this RFQ. The Lead Designer must demonstrate ability to provide design excellence in the following areas: contextual contemporary architecture, historic preservation, and landscape architectural design. The A E firm must address the contractual relationship with the Lead Designer and its ability to manage the design, production of construction documents and construction management of this project. The Government may elect to award a single task order contract or 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 selected firm 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 locations, and other factors (i.e., knowledge of local construction practices, natural and cultural compliance, permitting, capability to utilize construction/project management software for timeline scheduling, etc.) 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 research, inventory, stabilization, preservation, and rehabilitation of historic structures, site planning and design, and cultural landscapes or design for interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, single family housing, campgrounds, roads, and parking. PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarily pre-design, design, supplemental, and construction management. Services in these categories may include the preparation of conceptual, schematic, and preliminary design documents as well as construction documents for new construction and/or rehabilitation of facilities. This may involve project scoping and programming; land use planning; site planning/analysis; site design; cultural landscape inventories, cultural landscape reports; environmental assessments; design analysis, energy and life cycle/value analysis; outline specifications; preliminary and detailed cost estimates; preparation of plans and specifications for bidding purposes; value engineering, and other associated design services. Construction Management services include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. 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(s) 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. REQUIRED DISCIPLINES: Architecture, Historic Architecture, Landscape Architecture, Mechanical, Electrical, Civil, and Structural. Incidental services may include but are not limited to: surveys (geotechnical, utility, topographic), cost engineering, CADD drafting, and word processing. SUSTAINABLE DESIGN: The National Park Service employs sustainable practices to guide planning, design, and construction. This guidance requires that present-day needs be met without compromising the environment for future generations. Sustainable practices utilize the best available solutions within the design tradition and conserve global resources, employ energy efficiently, recycle materials and waste, and specify ecologically responsible methods, practices, and materials in the construction and operations of NPS facilities. 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. 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. 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. SELECTION PROCESS: The A E selection will be completed in two stages as follows: In Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E firm and their lead designer. All documentation will be in an 8 " x 11" format. The portfolio should include the following: 1. A cover letter referencing this announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments. 2. Standard Forms 254 (Architect Engineer and Related Services Questionnaire), and SF 255 (Architect Engineer and Related Services Questionnaire for Specific Project) for the lead design firm only. Identification of consultants is not required at this stage. Evaluation Criteria and Submission Requirements: 1. Past Performance on Design: The A E firm will submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than five projects completed in the last ten years. The narrative shall address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. For each project presented include (on one page) for each project must include a representative floor plan, site plan and building section. 2. Philosophy and Design Intent: In the Lead Designer's words, (maximum of two typewritten pages) state the overall design philosophy and general approach to the design problem solved. Specifically describe the parallel between past work and the NPS goals of contextual/sustainable design and historic preservation. 3. Lead Designer Profile: Submit a biographical sketch including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. 4. Lead Designer Portfolio: Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than three projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. 5. Contextual/Sustainable Design Practices. 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 (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. This approach further ensures facilities constructed are suitable in presence and scale while respecting the natural and cultural environment. Preservation projects must meet the Secretary Standards for Rehabilitation. New projects must be structures of temporal design that respect the rich NPS design heritage. 6. Integrated Design. Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental goals, whole systems approach and follow-through. A panel consisting of representatives of the NPS will evaluate the submissions. The panel will establish a short list of three to six firms. For Stage II, the short listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The firms will be required to complete Standard Forms 254 and 255 that describes the entire design team. The Government will establish the detailed evaluation criteria and the date these submittals are due and provide the selection criteria for the interviews along with Stage I short list announcement. Sufficient time will be provided for the A E design firm/Lead Designer to establish its team. The panel will interview each team. Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate the ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. FOR STAGE I SUBMITTALS: Firms with the capabilities to perform the services described in this announcement are invited to respond by submitting: a design portfolio, completed SF 254's (for the A E Design Firm), dated not more than twelve (12) months before the date of this synopsis, and SF 255 (for the A E Design Firm) along with letter of interest TO: Contracting Services, National Park Service, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225 by 4:00 PM local Denver time on July 7, 2003. 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 evaluation criteria. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR 15.208. In Block 8 of the SF 254 specify only current W 2 payroll (non contract) personnel of each firm. In Block 10 of the SF 255, the A E Design Firm(s) MUST respond to the SIX (6) EVALUATION CRITERIA stated in this announcement for this STAGE I Solicitation. In BLOCK 11 of the SF 255, the A E Firm MUST sign, name, title and date the submittal. Submissions received via e-mail or facsimile will NOT be accepted. 8(a) SMALL BUSINESS SET-ASIDE: This requirement is set aside 100% for the 8(a) Program. All 8(a) small business firms responding MUST state their date of 8(a) certification with the Small Business Administration. Joint venture submissions MUST state the date of the Joint Venture certification with the Small Business Administration. Offers from other than 8(a) small business concerns will NOT be considered. See Federal Acquisition Regulation (FAR) Subpart 19.8 or contact your local Small Business Administration office for assistance with 8(a) certification requirements. The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size Standard of not to exceed $4,000,000.
 
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=1062305)
 
Place of Performance
Address: Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Washington, D.C.
Zip Code: 80225
Country: USA
 
Record
SN00340995-W 20030607/030605213622 (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.