Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Contract for Multi-Disciplinary Architect-Engineer Services

Notice Date
12/15/2008
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2000091000
 
Response Due
1/14/2009
 
Archive Date
12/15/2009
 
Point of Contact
Victoria Nosal Contract Admin (Contractor) 3039692203 victoria_nosal@contractor.nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified small businesses 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 Southeast Region of the NPS, which includes the states, possessions and territories of Louisiana, Mississippi, Alabama, Georgia, Florida, Tennessee, Kentucky, South Carolina, North Carolina, Virginia, Puerto Rico and the Virgin Islands(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 professional 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 professional 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, small business size standard of $4,500,000.00. (gross receipts, averaged over the preceding 3 years). The lead firm(s) selected for contract award will be predominately an architecture and engineering firm specializing in contemporary and/or historical architecture and landscape architecture and with in-house and/or sub-contracted multi-disciplinary engineering support. 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 factors such as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, customer service, 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; analysis, inventory; stabilization; preservation; rehabilitation site planning and design; cultural landscapes or design and design support during construction. Design services may include, but are not limited to, design for historic/contemporary structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, utility infrastructure, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, marina facilities, and memorials. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professional registered architects, engineers and landscape architects; professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape); Architectural Barriers Act Accessibility Standards (ABAAS) Specialist; Civil Engineering; Commissioning; Construction Engineering; Construction Management and Inspection; Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing; Landscape Architecture; Electrical Engineering/Licensed Electrical Administrator; Facility Condition Assessment Specialists; Fire Protection Engineering; Geotechnical Engineering; Land Surveying; Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil); Interior Design, LEED Accredited Professional; Lighting Design; Mechanical Engineering/Licensed Mechanical Administrator; Small-scale and Renewable Energy Systems Engineering; Structural Engineering; and Sustainable Technologies Specialists; And constructability/scheduling specialists. 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, Industrial Hygiene/hazardous materials, Certified Value Specialists, Security, Lighting, Construction Management, Exhibitry/Media Design, Architectural History, Architectural Conservation, Materials Engineering, Materials Testing, Transportation Engineering, Audio/Visual Production, and Marine Architecture and Engineering C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, Microsoft Office applications (including Microsoft Office), Adobe Acrobat, copying/printing, material support for field-assigned personnel, etc., may be required in the performance of specific task order requirements. In addition removal and replacement 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 $10,000,000.00 for the life of the contract. The $10,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. 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 and "green" building systems. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects and green building awards and have LEED certified professionals on staff as part of the team. 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 AnalysisB)Supplementary Services C)Design Services:"Schematic Design"Value Analysis and Value-based decision making"Design Development"Construction Documents"Construction Support"Interpretive Planning and Exhibit DesignD)Compliance Services:"Research"Inventory, Resource Surveys, Wetland Delineations"Historic Structure and Cultural Landscape Reports and Assessments"NEPA Compliance"Section106 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)E)Cost Estimating, including Life Cycle Costing and Total Cost of OwnershipF)PermittingG)ConstructabilityH)Construction ManagementI)Project SchedulingJ)Risk Analysis 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. COORDINATIONThe proposed work may extend over several fiscal years and involve projects at various stages of completion, which 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 subconsultants. The A/E will need to have direct contact with Federal, State and local regulatory agencies to assure compliance with regulations, codes, policies, and permitting processes. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, the NPS 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, NPS 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 NPS will continue to acquire such specialized services in this manner. The NPS does not allow the prime consultant an administrative handling or coordination fee on sub-consultant's services. TECHNICAL EVALUATION CRITERIA The A/E selection will be completed in two stages as follows: In Stage 1, interested firms will submit Statements of Qualification; including portfolio of accomplishments that establishes the capabilities of the Offeror and their proposed team. A shortlist of no more than 10 firms will be established. In Stage 2, shortlisted teams will be interviewed. Stage 1Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: 1.Demonstrated experience with integrated design, with an emphasis on project management of coordinated multidisciplinary teams, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through. 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, considering the primary geographic area of work. Emphasis will be placed on the team's prior work experience, and customer service as a team on previous projects, and ability to work with multiple entities including Federal, State, and local agencies and other involved concerns. 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 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, contextural design, historical design and construction methods, sustainable design, natural resources processes and sensitivities, Architectural Barriers Act Accessibility Standards (ABAAS), cost estimating, etc.) in various climatic regions for the geographic area covered by this solicitation. Capacity and capability to respond to expanded or multiple task orders on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. Demonstrated ability and experience in meeting established project milestones/schedules; designing within established budget; and controlling costs. 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, in providing well coordinated and high quality deliverables. 5.Demonstrated experience with Natural and Cultural Resource Compliance (i.e. NEPA, Section 106) and demonstrated experience with local and state permitting and regulatory requirements with consideration of soil erosion and control, public water systems, sewage disposal systems, State Fire Marshall reviews, contaminated sites, fuel oil storage and transfer, etc. Demonstrated ability to integrate compliance and permitting into the construction process. 6. Demonstrated professional qualifications of individuals listed to perform under the contract, including individual licenses, certifications, and experience in the work proposed. Stage 2Shortlisted teams will be interviewed. Candidates will be given the opportunity to make a presentation to the selection team. Candidates should be prepared to discuss all aspects of the criteria indicated above and demonstrate their ability to fulfill all project requirements.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. SUBMISSION REQUIREMENTS: Small Businesses that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a Standard Form 330 (SF330) Architect Engineer Qualification. Submission of any additional supporting material under Section H of the SF330 is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF330. All documentation will be in an 8 x 11 format. The portfolio should consist of no more than 5 projects. The entire proposal should not exceed 50 double-sided 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. Only one copy of the submittal is required. 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 required 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. Questions must be received via email at victoria_nosal@contractor.nps.gov NLT December 24, 2008 12:00 p.m. MST. Responses must be received by 4:00 p.m. Mountain Standard Time, January 14, 2009, at the following address: National Park Service; Attn: Victoria Nosal, Contractor Contract Specialist,12795 West Alameda Parkway, Denver, Colorado 80225-0287. Electronic or fax offers will not accepted. This is a small business set-aside. This is not a Request for Proposals.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eedf589bdbda38874bd670c3332851a2&tab=core&_cview=1)
 
Place of Performance
Address: Primary area of coverage is the Southeast Region of the National Park Service. See detail for complete requirements.<br />
Zip Code: 802252587<br />
 
Record
SN01719070-W 20081217/081215215511-eedf589bdbda38874bd670c3332851a2 (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.