Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOLICITATION NOTICE

Z -- Independence National Historical Park Independence Square Rehabilitation of Independence Square

Notice Date
7/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC - CS - Contracting Services Group National Park Service, P.O. Box 25287 12795 W. Alameda Parkway, Attn: John M. Fox Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N4500030917
 
Response Due
8/4/2003
 
Archive Date
7/17/2004
 
Point of Contact
Melinda Triplett Contract Specialist 3039692469 Melinda_Triplett;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 anticipates award of a firm-fixed price design-build contract based upon a two-phase selection procedure. This notice represents solicitation of qualification statements as Phase One of the two-phased selection approach. The scope of work includes the rehabilitation of the Square's landscaping, flagstone paving, brick retaining walls, walkways, site drainage, irrigation and lighting systems, improvement to the Square's handicap accessibility, and replacement to its furnishings. The estimated price is between $5,000,000 and $10,000,000, including all design and construction services, with the construction portion to be completed by Fall, 2005. The contract provides for the repair of paving and drainage systems, repair of existing walk lights and add new in-kind fixtures, prune trees to eliminate identified safety hazards and correct structural deficiencies, remove and where not practical abandon existing irrigation system piping, repair brick piers that have shifted from their original alignments, evaluate soil conditions and mitigate problems, re-sod all lawn areas, renovate and redesign existing shrub beds, repair/replacement of benches, bollards, and chains. Funding has been secured for this project. Design submittals and round table reviews will be required at approximately 35%, 65%, and draft 100% design stages. As-built drawings will be required upon construction completion. Although the site program has been largely defined through NPS schematic design efforts and performance specifications, the successful offeror will be required to meet with park staff to finalize the program. All design-build firms responding to this notice will be given 15 days to provide qualifications for evaluation based upon the following criteria in descending order of importance: 1. Past performance which demonstrates understanding, design and construction experience applying the Secretary of Interior's Standards and Guidelines for Archeology and Historic Preservation, particularly, the Secretary of Interior's Standards for the treatment of Historic Properties with Guidelines for the Treatment of Cultural Landscapes. 2. Past performance which demonstrates quality control and craftsmanship in historic preservation treatments of nationally and internationally significant private and public historic landscapes including sites with significant archeological resources. 3. Past performance experience in cultural landscape historic preservation work specifically: inventorying and documentation of existing materials for removal, repair and re-installation of historic fabric and materials; salvaging, handling and storage of built components, historic fabric and materials; actions/procedures to address the unexpected discovery of subsurface cultural resources; experience working with historic stone and brick masonry; experience and technical knowledge of vegetation protection and pruning, particularly during excavation. 4. Past performance which demonstrates experience with the design and construction of engineering systems including but not limited to: irrigation systems, electrical and lighting systems, surface and subsurface drainage systems, excavation, heavy machinery operation, planting, and working in urban areas, specifically within the City of Philadelphia. 5. Past performance which demonstrates experience in scheduling and coordination of multi-trade work, maintaining public and Government access requirements, factoring work stoppages for scheduled ceremonies and activities, and the ability to meet timed use and vehicular/pedestrian circulation requirements in an urban area. Demonstrated ability to effectively prepare and execute a critical path method schedule for projects of this type and size. Design-build firms/teams which meet the requirements of this announcement are invited to submit an original only of Standard Forms 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 254's and 255's are formatted for architect-engineer and related services. The construction element of the firm/team shall also be addressed on the SF 254 and 255. Only responses received by 3:45 p.m. local time on August 4, 2003, will be evaluated further. Two to five of the most highly qualified design-build firms will be short- listed to participate in Phase Two of this design-build selection process. In Phase Two, those firms short-listed will be sent a Request for Proposal (RFP) which will contain the NPS Schematic Design, performance specifications, and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a design proposal (for sustainable concepts, structural systems, floor plans, elevations and wall systems), and a management plan (describing management philosophy, schedule, team organization, quality control and safety), as part of the Phase Two technical proposals. A price proposal will also be required along with technical and management proposals. Each offeror will be required to submit both a technical and price proposal within 30 days after receipt of the RFP based upon evaluation factors identified in the RFP. A stipend fee of $ 10,000 will be awarded to each offeror which provides a responsive, but unsuccessful initial proposal under Phase Two of this selection process. Award of a single contract will be made to the "best value" offeror by approximately September 2003. Debriefings will be made available after contract award. Because this acquisition could result in an award over $1,000,000, the selected firm will require a subcontracting plan, if the firm is a large business concern. Point of contact for inquiries and clarifications is Melinda Triplett, Contract Specialist, National Park Service, Denver Service Center, 12795 W. Alameda Parkway, P.O. Box 25287, Denver, CO 80225, telephone number (303) 969-2469. No collect calls will be accepted. Note: this is not an RFP. No telephone calls for solicitations will be accepted.
 
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=1095916)
 
Place of Performance
Address: Philadelphia, Pennsylvania
Zip Code: 191062778
Country: USA
 
Record
SN00375320-W 20030720/030718213854 (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.