Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Multidisciplinary contract for Architect/Engineering Design Services

Notice Date
11/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center 12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2000080300
 
Response Due
12/17/2007
 
Archive Date
11/14/2008
 
Point of Contact
Edward Tafoya Contracting Officer 3039692116 Edward_Tafoya@nps.gov ;
 
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
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified firm(s) or organization(s) to provide Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the Intermountain Region which includes the states of Arizona, Colorado, Montana, New Mexico, Oklahoma, Texas, Utah, and Wyoming (primary coverage area). The secondary area of coverage is nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual state's licensure and registration requirements can be met. In order to be considered for award of this IDIQ contract, firm(s) must demonstrate they possess all professional qualifications, including individual licenses, certifications, etc. for those states listed in the primary area of coverage. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm is eligible to become registered in the secondary area states if selected. The NAICS code for this requirement is 541310, size standard $4,500,000.00. This solicitation is open to small and large businesses. 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. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservation" and the related "Secretary of the Interior's Standards for the Treatment of Historic Properties", and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the Treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles must be demonstrated. 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 location, and other factors (i.e., knowledge of local construction methodologies and practices, natural and cultural compliance, permitting, capability to utilize scheduling software, etc 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. TYPES OF PROJECTS Projects may include but are not limited to research, evaluation, 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, utility infrastructure, multi and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, and marina facilities. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professionals registered as architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture, Landscape Architecture, Historic Architecture, Architectural History, and History, Architectural Conservation, Mechanical Engineering, Electrical Engineering, Civil Engineering, Cost Engineering, Fire Protection Engineering, Construction Engineering, Geotechnical and Structural Engineering and Sustainable Technologies. B) Additional disciplines which may be required for some projects include professionals registered in, or meeting the Secretary of the Interior's Professional Qualification Standards for (as appropriate), Historic Landscape Architecture, Landscape History, Archeology, Cultural Resources, Natural Resources, Anthropology, Land Surveying, Industrial Hygiene, Cost Control/Cost Estimating/Life Cycle Costing, Certified Value Specialists, LEED Accredited Personnel, Security, Lighting, Construction Management and Exhibitry/Media Design. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Office applications, Adobe Acrobat, 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, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. 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 $15,000,000.00 for the life of the contract. Each task order will not exceed $1,000,000.00. The $15,000,000.00 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. SUSTAINABLE DESIGN The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own 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 operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects and green building awards. EXECUTIVE ORDERS , LAWS, REGULATIONS Executive Order (EO) 12770 - "Metric Usage in Federal Government Programs" - In accordance with EO 12770 and Public Law 100-418, 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. EO 13423 - "Strengthening Federal Environmental, Energy, and Transportation Management" - In accordance with EO 13423 and the Federal Register's "Energy Conservation Standards for New Federal Commercial and Multi-Family High-Rise Residential Buildings and New Federal Low-Rise Residential Buildings", as of January 03, 2007 and January 24, 2007 respectively, work under this contract will be subject to the applicable requirements of these regulations. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A) Pre-Design Services: " Programming (Site Analysis, Site Program, and Architectural Program) " Contextual Analysis " Supplementary Services B) Design Services: " Schematic Design " Value Analysis and Value-based decision making " Design Development " Construction Documents " Construction Support C) Compliance Services: " Research " Inventory, Resource Surveys, Wetland Delineations " Historic Structure and Cultural Landscape Reports and Assessments " NEPA Compliance " 106 and NHPA Compliance " Other Environmental Compliance (i.e. fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations) D) Cost Estimating, including Life Cycle Costing and Total Cost of Ownership E) Permitting F) Construction Management A documented internal Quality Control program shall be applied to all services performed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at - http://workflow.den.nps.gov/staging/6_Design/design_bid_build.htm. 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. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, the DSC occasionally needs to obtain specialized 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. All task orders will be issued to 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 specialized services. The DSC does not allow the prime consultant an administrative handling or coordination fee on sub-consultant's services. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria for contemporary/historic architecture and landscape architecture, listed in descending order of importance: 1. Demonstrated ability, experience and technical competence in the type of work required under this contract, (i.e., knowledge of indigenous cultures and practices, vernacular architectural styles, historical construction methods, sustainable design, natural resources processes and sensitivities, Architectural Barriers Act Accessibility Standards (ABAAS), etc.) in various climatic regions for the geographic area covered by this solicitation. 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. 2. Demonstration of a sustainable design ethic, philosophy, and approach and the ability of the team to produce viable design solutions that show an awareness and sensitivity to local natural and cultural resources and the global environment, as well as aesthetic considerations appropriate for National Park settings. Demonstration of a preservation design ethic, philosophy, and approach and the ability of the team to produce viable treatment solutions that show an awareness and sensitivity to character-defining features, historic fabric and historic scene, and adherence to the Secretary of the Interior's Standards for the Treatment of Historic Properties. Demonstrated understanding of the four categories of ultimate historic structure treatments: Preservation, Rehabilitation, Restoration, and Reconstruction. 3. Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through . Include experience working with exhibit and interpretive designers. Ability of the team to communicate, coordinate, and facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate into a multi-disciplinary design team. Emphasis will be placed on the team's prior work experience as a team on previous projects, and ability to work with multiple entities including Federal, State, and local agencies and other involved concerns. 4. 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. 5. Demonstrated experience with Natural and Cultural Resource Compliance (i.e. NEPA, Section 106) and Permitting, including knowledge of local and state permitting and regulatory requirements, and the ability to integrate them into the design and construction process. 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. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) and substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side 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 Time, December 17, 2007 at the following address: National Park Service; Attn: Ed Tafoya 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=2760691)
 
Place of Performance
Address: The primary area of coverage is the Intermountain Region of the National Park Service. See description for detailed requirements.
Zip Code: 80228
Country: USA
 
Record
SN01453238-W 20071117/071115225102 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.