Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOURCES SOUGHT

C -- Architecture/Engineering Services during Repair of Historic Wabash River Wall at George Rogers Clark National Historic Park.

Notice Date
1/7/2010
 
Notice Type
Sources Sought
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011101116
 
Response Due
1/22/2010
 
Archive Date
1/7/2011
 
Point of Contact
Gregory W. Lengsfeld Contract Specialist 3039692942 gregory_lengsfeld@nps.gov;
 
E-Mail Address
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
General: The National Park Service, Department of Interior, intends to negotiate a sole source, Architect-Engineering Services Contract with Ratio Architects Inc, 107 S Pennsylvania St, Ste 100, Indianapolis, IN, to acquire the below listed services. The NAICS code for this requirement is 541310, size standard is $4,500,000.00. Ratio Architects Inc is the designer of record for the pre-design, schematic design and construction documents for the Repair of Historic Wabash River Wall at George Rogers Clark National Historic Park. The intent of this contract is to provide architect/landscape architectural/engineering services (Title III Services) during the demolition and reconstruction of the parapet and sidewalk at George Rogers Clark National Historic Park. The work will require staff that is familiar with the design evolution, understand the requirements and inherent construction challenges, and is uniquely involved with interactions with local municipalities. This acquisition is being conducted under the procedures of FAR 5.201 and 6.302. The subsequent contract will be negotiated in accordance with FAR 36.606 and FAR Part 15. The Government believes that the identified contractor is the "only one responsible source" as defined by FAR 6.302-1 for the required Architect-Engineering Title III services. Firms that believe they can provide the required services are encouraged to identify themselves and give written notice to the Contracting Officer. Primary Services Required: Submittal Review. Provide submittal review including specification divisions 02 through 09, review shop drawings, samples, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, and similar materials furnished by the construction contractor to explain in detail specific portions of the work required by the contract. Review and recommend approval or rejection of all submittals after thorough review of the construction documents and applicable standards and codes. Verify conformance with the drawings and specifications. Office Services: As directed by the Contracting Officer, perform required design changes, including design sketches, perform cost estimating, review claims for additional compensation, prepare as-constructed drawings, analyze construction schedules and review value engineering proposals. Required Disciplines: Architectural, Landscape Architectural, Civil Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, Geotechnical Engineer and Cost Estimator. Incidental services are CADD drafting and word processing may be required in the performance of specific requirements. Firms believing they can provide the required services must provide supporting evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirements via submission of Standard Form 330, Parts I and II. This notice is not a request for competitive quotes. All responses received within 15 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires will only be accepted by email to Gregory_Lengsfeld@nps.gov. Responses should include the completed SF330- Parts I and II, the firm's Dunn and Bradstreet number and identification of the firm's business size in accordance with the size standard. Title of Project: Repair of Historic Wabash River Wall at George Rogers Clark National Historic Park, Vincennes, Indiana Type of Procurement: A not-to-exceed A/E contract is anticipated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101116/listing.html)
 
Place of Performance
Address: Vincennes, Indiana
Zip Code: 475911001
 
Record
SN02037217-W 20100109/100107235408-5b3a21c7128e2863e2aa7e9989246f67 (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.