Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

C -- Seismic/Structural Engineering Achitect/Engineering Services

Notice Date
7/19/2007
 
Notice Type
Modification
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2000071100
 
Response Due
8/21/2007
 
Archive Date
7/18/2008
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS THE REQUEST FOR QUALIFICATIONS FOR THE SEISMIC/STRUCTURAL INDEFINITE QUANTITY CONTRACT FOR SEISMIC/STRUCTURAL ENGINEERING A/E SERVICES. GENERAL The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado, 80225; other Department of the Interior (DOI) bureaus; and other Government agencies are seeking a qualified firm(s) or organization to provide Multi-Disciplinary Architect-Engineer Design Services for a variety of seismic and structural engineering projects at locations throughout the United States, its possessions, and territories. The lead firm(s) selected for contract award will be predominately a structural engineering firm specializing in seismic evaluations and rehabilitation. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). The NAICS code for this requirement is 541330, size standard $4,500,000.00. In accordance with Department of Interior Acquisition Policy Release 2007-07, this procurement is set aside for Small Businesses only. Familiarity with the "Secretary of the Interior's Standards for Historic Preservation" and the related "Secretary of the Interior's Standards for the Treatment of Historic Properties", as well as sensitivity to NPS values, standards, and sustainable design principles must be demonstrated. 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 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, past performance, quality of deliverables, timeliness, or other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. With prior approval of the Contracting Officer assigned responsibility for administration of the contract, any duly authorized Contracting Officer assigned to the National Park Service can place task orders, approve payments, and authorize modifications to task orders issued under the contract. Task Orders may be placed by other Federal agencies, provided an Interagency Agreement or Memorandum of Understanding authorizing such use exists between the National Park Service and the Federal agency requesting the services. Use of this contract by other Federal agencies must be approved in advance by the Contracting Officer assigned responsibility for administration of this contract. The task orders issued by other Federal agencies must be in accordance with the requirements, terms, conditions, and within the scope and intent of this contract. CONTRACT PERIOD 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 during the life of the contract, which includes the base year and all options exercised, will be $5,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. TYPES OF PROJECTS Types of seismic and structural engineering projects may include, but are not limited to, facilities such as visitor/interpretive centers, administrative facilities, maintenance facilities, and single and multi-family housing; historic buildings/structures which require special treatment and compliance with the Secretary of the Interior's Standards and Guidelines for Rehabilitating Historic Structures. Other projects may involve, but are not limited to, the stabilization, preservation, restoration, and rehabilitation of historic structures; renovations and additions to existing buildings; and new facilities. SUSTAINABLE DESIGN The U. S. Government has adopted sustainable design as the guiding principle for planning and development. By definition, this means meeting present needs without compromising the ability of future generations to meet their 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. PRIMARY SERVICES REQUIRED For the purpose of this contract, the seismic and structural engineering services to be provided will be primarily pre-design, design, construction documents, supplemental, and construction management. Services in these categories may include the preparation of pre-design and schematic design documents as well as construction documents for the rehabilitation of facilities and /or new construction. This may involve project scoping and programming; building/structure investigation and evaluation; material/system testing and analysis; rapid visual screening of buildings for potential hazards in accordance with FEMA 154; seismic evaluation of existing buildings in accordance with ASCE 31; seismic rehabilitation design in accordance with FEMA 356/ASCE 41; blast resistant assessment of existing facilities and design of buildings and other structures to resist blast forces and other extreme loading; design analysis 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 related to seismic and structural engineering projects. A documented internal quality control program shall be applied to all services as referenced above. Construction services include answering requests for clarifications, review of submittals, producing documents for any construction contract modifications, inspections, material tests and any other actions required to complete the proposed facility including the warranty period. 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. SUBCONSULTANT SERVICES In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, the DSC occasionally needs to obtain 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 services. The DSC does not intend to allow the prime consultant an administrative handling or coordination fee on subconsultant's services. REQUIRED DISCIPLINES Seismic and structural design/engineering and documentation services; and other disciplines may be required in the performance of a specific task order such as historical and general architectural design/documentation services, cost estimating, CADD drafting and incidental services, e.g. word processing, etc. may be required in the performance of specific task order requirements. In addition, removal of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, backfill, etc.) may be required to keep facilities operational. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of NPS personnel based upon the following primary criteria, listed in descending order of importance: 1. demonstrated past performance records showing specialized experience and technical competence in type of work required under this contract, particularly those that involve seismic evaluations and rehabilitation of existing and historic structures; specific past performance records on previous architect/engineering existing building and historic structure work performed for federal, state, and local government agencies, and private industry; 2. professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; experience with projects located in geographic areas involving either high seismic forces, severe wind conditions, or heavy snow load environments; involvement in the development and revision of seismic and structural codes, guidelines, and standards; 3. demonstration of the quality and effectiveness of the firm's work and quality review and assurance procedures, include examples of quality control process records demonstrating effectiveness of firm's procedures; 4. demonstration of the firm's history of meeting performance schedules and budgets; 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; 5. demonstrated 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. When responding to this announcement, firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. 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. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). In accordance with Department of Interior Acquisition Policy Release 2007-07 this procurement is set aside for Small Businesses only. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a SF330. Submission of any additional supporting material under Section H is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF330. The additional information should not exceed 20 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 materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 4:00 p.m. Mountain Daylight Time, 30 days after posting of this notice in FEDBIZOPPS at the following address: National Park Service; Attn: Marlene Haussler 12795 West Alameda Parkway, Denver, Colorado 80225-0287. Note: This is not a Request for Proposals.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2590686)
 
Place of Performance
Address: Locations throughout the United States, its possessions and territories
Zip Code: 802250287
Country: USA
 
Record
SN01347163-W 20070721/070720002143 (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.