Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ), Multiple-Award Task Order Contract (MATOC) ***This contract response date is November 7, 2007***

Notice Date
9/25/2007
 
Notice Type
Modification
 
Contracting Office
SER - National Park Service Contracting & Property Mgt. 100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
N0000082807
 
Response Due
11/7/2007
 
Archive Date
9/24/2008
 
Point of Contact
Calvin Fogle Contract Specialist 4045623163583 Calvin_fogle@nps.gov;
 
Small Business Set-Aside
N/A
 
Description
This announcement DOES constitute the Request for Proposal(SF 330's) with a closing date of November 07, 2007. Please reference #N0000082807 on documents related to this announcement. The point of contact is Calvin Fogle: calvin_d_fogle@nps.gov. If you have submitted your SF 330 during the Pre-Solicitation announcement, please do not re-submit. Firms have to submit SF 330's by November 7, 2007. Firms(s) that meet the requirement described in this announcement are invited to submit a completed SF 330, Architect-Engineer Qualifications, and if applicable SF 330_Extr, Extra Pages for Part 2 of SF 330; SF 330_SE, Extra Section E for SF 330 Form; SF 330_SF, Extra Section F for SF 330 Form and other pertinent information. The SF 330 must be submitted for all sub-consultants. Clearly, specifically, and concisely address the evaluation criteria when completing the forms. Submission of office brochures is encouraged only to the extent that they geographically substantiate the relevant work specifically described on the Standard Forms 330. The SF 330 original and four copies shall be mailed to: National Park Service, 100 Alabama Street, SW, 1924 Building, Atlanta, GA 30303, Attn: Calvin Fogle. Failure to submit the SF 330 will render the submission unacceptable. Facsimile copies will not be accepted. The SF 330 can be downloaded from gsa.gov/forms. The National Park Service (NPS), Southeast Regional Office, 100 Alabama Street, SW, 1924 Building, Atlanta, Fulton County, Georgia issues this Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Architectural/Engineering firms(s) or organizations to provide design and construction supervision services for its Parks for various architectural, historic architectural, preservation, restoration, stabilization, rehabilitation new construction, engineering, infrastructure development, landscape architectural design and planning projects Multi-Award Task Order Contract (MATOC). Projects are located at locations throughout the southeastern United States in Alabama, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, San Juan, Puerto Rico, South Carolina, Tennessee, and the U.S. Virgin Islands. In Puerto Rico, and the Virgin Islands, access is primarily by ship or air. The intended result of this solicitation is to make multiple basic contract awards to (a minimum of 2-7) qualified firms for states clustered in geographic proximity to each other as will be identified in the solicitation. The basic contract type will be indefinite delivery indefinite quantity (IDIQ) with each project awarded as a firm fixed price, individual Task Order. There will be two (2) evaluation phases. Phase I (Short-list Criteria) and Phase II (Award Selection Criteria. Only applies to short-listed contractors). This is unrestricted. This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR Part 15.3), FAR Part 36 and the Brooks Act Public Law 92-582. This is not a small business set aside in accordance with the latest quarterly adjustment under the Small Business Competitiveness Demonstration Program; however this procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small & large business concerns. To the fullest extent practical, the National Park Service welcomes the participation of small business firms(s) including hub-zone, woman-owned, small disadvantaged and service-disabled veteran owned small businesses to participate as prime contractors. The North American Industry Classification System code (NAICS) for Architectural/Engineering Sector 54, size standard, and the estimated price range is to be specified on each individual task order. The contract will require that the selected firm(s) be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. The A/E contractor shall be teamed with a construction supervision/management partner and/or sub-consultant located throughout the southeastern United States as described above. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under the solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order preference, to the firms(s) considered most highly qualified to perform the work. One or more task order(s) may be issued during the performance period of this contract. In accordance with the Federal Acquisition Streamlining Act and FAR 16.505(b), the contracting officer will provide each awardee a "fair opportunity" to be considered for each order in excess of $2500 unless one of the conditions outlined MULTIPLE AWARDEES / FAIR OPPORTUNITIES CLAUSE (SPECIAL PROVISION) applies. Procedures and selection factors to be considered for each task order which provide "fair opportunities" will be set forth in MULTIPLE AWARDEES / FAIR OPPORTUNITIES CLAUSE (SPECIAL PROVISION) Design services shall include, but are not limited to: (a) Title I Services (supplemental services and pre-design): site analysis studies, program planning, site planning, schematic design, preliminary design, design development, preliminary drawings, design analysis, preliminary cost estimates, analysis/assessment of existing conditions paint and material analysis, preservation planning studies, historic resource studies, historic structures reports, cultural landscape reports, historic furnishing reports; development and preparation of presentation documentation, value analysis, energy efficiency and sustainable design practices which meet life cycle economic criteria, results from application of the Leadership in Energy Environmental Design (LEED) Green Building Rating System (USGBC); (b) Title II Services (design and contract documents); preparation of construction specifications, working/construction drawings, as built drawings, and detailed cost estimates; and (c) Title III services (construction management); construction observation and supervision, review of submittals, site visits, consultation services during construction, and preparation of operation and maintenance manuals. Required primary disciplines include architecture, historic architecture, historic landscape architecture, landscape architecture, engineering (civil, mechanical, structural and electrical), and construction management. Secondary support disciplines include historic preservation planning (historic resource studies, historic structures reports, cultural landscape reports, historic furnishing reports), geotechnical engineering, surveying, environmental studies, hazardous materials testing, handicapped accessibility, security/fire detection and suppression, material analysis, building code compliance, value engineering, program management, and comprehensive planning. All work performed under this contract will be guided by National Park Service policies and directives, including utilization of environmentally sensitive and sustainable products and procedures, and must meet the requirements of all applicable laws and regulations, particularly The National Environmental Policy Act, The National Historic Preservation Act and The Secretary of Interior Standards. Specific evaluation criteria in descending order of importance are as follows: (1) Professional qualifications and technical expertise of the firm, staff and professional consultants proposed for this contract. Particular emphasis will be placed on demonstrated knowledge and experience in architectural, historic architectural, preservation, restoration, stabilization, rehabilitation, new construction, engineering, infrastructure development, landscape architectural design and planning projects; architectural, engineering and preservation technology, field documentation, and preparation of related reports and studies; and ability to meet licensing and/or professional registration, and complying with Federal, State and Local codes and regulations. (2) Specialized recent experience and demonstrated competence of the firm, consultants and staff in the design of (a) projects that reflect indigenous architectural themes and settings to minimally impact and aesthetically compliment the cultural and nature environment; (b) projects that demonstrate successful integration of "The Secretary of the Interior's Standards for the Treatment of Historic Properties" for preservation, rehabilitation, stabilization, restoration and reconstruction of historic properties; and (c) familiarity with the principles of sustainable design, new construction and similar project experience demonstrating the sensitive integration of natural and cultural resources. (3) Demonstrated ability to provide construction management tailored to the unique and varied types of construction projects within the National Park Service in terms of experience and competence in construction observation and supervision of multi-discipline projects. (4)Capacity to perform a variety of both (a) design and (b) construction management/supervision projects with the desired time schedule and within available funds. (5) Demonstrate that the construction management/supervision partner and/or sub-consultant are located throughout the general geographical area of the projects (southeastern United States) and have knowledge of the locality of the projects. (6)Demonstrate past performance on contracts with government agencies and private sector in terms of cost control, quality of work, and compliance with scope of work and performance schedules. Ability to produce studies/reports planning and design documents that are compatible with the National Park Service systems. Task orders will be issued as project requirements are developed. The term of the MATOC will be for one base year and 4 one-year renewable options, Not to Exceed 5 years total. Task Orders may vary in size but are expected to be issued for projects in the $2,500 to $500,000.00 range with most of the projects being below $500,000.00. The maximum ordering limitation will be $20,000,000.00 for the life of the contract. Each task order will not exceed $500,000.00 and the maximum authorized amount for all task order(s) per year is $4,000,000.00. The guaranteed minimum for the life of the contract includes the base year period and all options exercised are $10,000.00. 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. Subcontracting Plan Requirement: In accordance with Public Law 97-507, the A/E Firm will be required to provide the maximum practicable opportunities for small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for subcontracting plan on that part of the work it intends to subcontract. An OPTIONAL pre-proposal conference will be held at: Date: October 9, 2007 Time: 1:30-3:00 Place: National Park Service 1000 Alabama St SW Bldg 1924 Atlanta, GA. 30303
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2715132)
 
Place of Performance
Address: NATIONAL PARK SERVICE- REGION 4 PARKS LOCATED IN ALABAMA, FLORDIA, GEORGIA, KENTUCKY, LOUISIANA, MISSISSIPPI, NORTH CAROLINA, SAN JUAN, PUERTO RICO, SOUTH CAROLINA, TENNESSEE AND THE UNITED STATES VIRGIN ISLANDS
Zip Code: 30303
Country: USA
 
Record
SN01420458-W 20070927/070925225130 (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.