Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

Y -- Design/Build Services, Lassen Volcanic National Park, New Visitor Services Facility

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N8000060905
 
Response Due
3/20/2006
 
Archive Date
2/17/2007
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 anticipates awarding 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 design and construction of a new visitor services facility (visitor center), redesign and reducing the size of an existing parking area (former ski area parking lot), and associated utility connections. The new visitor facility will be approximately 8000 square feet (gross), single-story construction, located on a portion of the existing parking area to be removed. The landscape around the building will be re-graded to mimic more natural contours. Erosion control and hydro-seeding will be needed, but all re-vegetation planting will be designed and installed by the government. The visitor facility will include a front desk/lobby area, exhibit space, A/V room (w/flat floor), restrooms, a concessioner-operated kitchen and dining area, office spaces, and utility rooms. Coordination with an NPS exhibit designer is required, but exhibit design, fabrication, and installation will be done by others. The facility will be heated by propane-fired boilers and cooled by natural outside ventilation (no air conditioning). Site work includes reducing an oversize parking lot (demo of about 40,000 sf), grading, new walks, and signs. Utility work includes typical connections to utilities available at the site and installation of approximately 1,300 linear feet of 10" water line to connect the new facility to an existing water storage tank. The contractor's facility design will be based the NPS Schematic Design for the facility, which will be provided in a subsequent Request for Proposals (Phase 2). Contractor recommendations for creative cost saving and/or quality-enhancing design solutions will be considered via the later RFP/Phase 2 process. The estimated price is between $7,000,000 and $9,000,000, including all design and construction services, with the construction portion to be completed no later than September, 2008. The contract provides for preparation of design development and construction documents, utility connections, site work, and the visitor center building. Funding has been secured for this project. Construction for portions of the project (such as utilities or earthwork) may be allowed to begin prior to completion of the final building construction documents, provided construction documents for those specific portions have been reviewed and accepted for contract completeness. Design submittals for all portions of the work will be required prior to construction. Record drawings will also be required upon construction completion. All design-build firms have 30 days from the date of this notice to provide qualifications for evaluation based upon the following criteria in descending order of importance: 1. past performance, demonstrating quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force, 2. extent of design/build experience, especially experience that the offerer's current A/E/construction company partnership has working together, 3. demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis on Green Building and sustainable methods and technologies, and a commitment to improving on the initial design concepts without adding to the overall project cost, 4. experience with projects of a type and scope similar to that of this project, which includes heavy snow country design and construction and a winter shutdown period, and 5. experience working in remote areas with environmentally sensitive resources. Design-build firms/teams that meet the requirements of this announcement are invited to submit a Standard Form 330, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 330's are formatted for architect-engineer and related services but this form will be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at following website: http://www.gsa.gov. Only hard copy responses received by 3:45 P.M. LOCAL TIME ON MARCH 20, 2006, will be evaluated further. Up 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 National Park Service Schematic Design, performance specifications, and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control as part of the Phase Two technical proposals. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals. Each short-listed offeror will be required to submit both a technical and price proposal within 45 days after the RFP is issued based upon evaluation factors identified in the RFP. A stipend fee of $10,000 will be awarded to each offeror that provides a responsive, but unsuccessful proposal under Phase Two of this selection process. Award of a single contract will be made to the "best value" offeror by approximately July 15, 2006. Debriefings will be made available after contract award. Because this acquisition would result in an award over $1,000,000, the final selected firm will be required to submit a subcontracting plan, if the firm is a large business concern. For inquiries and clarifications, the primary point of contact is Lori Irish, Contracting Officer, telephone number (303) 987-6776, email lori_irish@nps.gov. The alternate point of contact is Joy Jamison, Contract Specialist, telephone number (303) 969-2170, email joy_jamison@nps.gov. No collect calls will be accepted. Note: this is not an RFP. All responsible sources may submit responses for consideration. Responses to this request for qualifications must be received in writing by 3:30 P.M. MST on MARCH 20, 2006. No telephone calls for solicitations will be accepted. Note: Architectural/engineering (A/E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent design-build process.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2082427)
 
Place of Performance
Address: Tehama County, California
Zip Code: 960630100
Country: USA
 
Record
SN00990748-W 20060219/060217212720 (fbodaily.com)
 
Source
FedBizOpps 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.