Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

Y -- RECOVERYEstablish Interagency Visitor Center at King Gillette Ranch, Santa Monica Mountains National Recreation Area

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011101133
 
Response Due
3/17/2010
 
Archive Date
3/2/2011
 
Point of Contact
Marlene Haussler Contract Specialist 3039692159 Marlene_Haussler@contractor.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
RECOVERY TAS::14 1041:: TAS RECOVERY SAMO PMIS #121528 ESTABLISH INTERAGENCY VISITOR CENTER AT KING GILLETTE RANCH, SANTA MONICA MOUNTAINS NATIONAL RECREATION AREA. This project will be funded by the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. The project is located at the King Gillette Ranch, Santa Monica Mountains National Recreation Area, California. THIS IS A FULL AND OPEN PROCUREMENT. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287 anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of two (2) phases. This Pre-solicitation Notice represents Phase One, Request for Qualifications (RFQ), of the Two-Phase, Design-Build process. To be further evaluated, firms must submit information in response to the criteria established in this RFQ by the specified due date and time. The North American Industry Classification System (NAICS) Code for this requirement is 236220 and the U.S. Small Business Administration Size Standard is $33.5 million. This project is available to all responsible Design-Build contractors nationwide meeting the above-referenced NAICS code under FULL AND OPEN COMPETITION. The Scope of Work (SOW) includes a design/build project to rehabilitate an existing 6000 square foot building for a visitor center and construct a new 1000 square foot restroom structure. The project also includes a new 50-car parking area, entry plaza, paths and related site work. The new facility will be a showcase for sustainable design and construction. Features include a 70kw photo voltaic system, a ground and water source heat pump system, a wetlands-based sewage treatment system, an incandescent-free lighting system, and numerous other green building features. It will achieve a LEED Platinum rating and function as a net-zero energy use facility by producing all of the annual energy needs onsite via the use of renewable energy sources, thus having a zero carbon footprint for facility operation. The contractor's design will be based upon the Schematic Design (SD) drawings, project requirements narrative, and Performance Technical Specifications (PTS) that will be provided in a subsequent Request for Proposal (Phase Two). Contractor recommendations for creative cost savings and/or quality-enhancing design solutions may be considered via the later RFP/Phase Two process. The project process will follow National Park Service (NPS) workflows (http://www.nps.gov/dsc/workflows/designbuild.htm ). The estimated price is between $ 5,000,000.00 and $7,000,000.00, including all design and construction services. The contract provides for preparation of Design Development (DD) and Construction Documents (CDs). ARRA funding has been secured for this project. For Phase One, all Design-Build (D-B) firms that meet the requirements of this announcement are invited to submit qualifications until 4:00 P.M. (Mountain Time Zone), March 17, 2010. Qualifications will be evaluated based upon the following criteria in descending order of importance: 1. Demonstrate experience in designing and constructing similar facilities (visitor centers, museums, or welcome centers) 2. Past Performance a. Demonstrate past performance on design/build projects, especially experience that the offeror's current A-E/construction company partnership has working together. Include any examples that demonstrate proven performance in meeting tight project schedules. b. Demonstrate past performance in providing innovative, cost effective design and construction solutions, with emphasis and a commitment to improving on the initial design concepts without adding to the overall project cost; 3. Demonstrate experience in completing LEED-certified projects. Demonstrate an understanding of how to create a "net-zero" energy use facility. 4. Demonstrate experience with specialized sustainable technology installations, including photo-voltaic systems, ground and water loop heat pump systems, extensive day-lighting treatments, ultra low energy-use equipment, and on-site wetland based sewage treatment systems. 5. Demonstrate experience and ability to use project management tools and techniques such as MS-Project, resource-loaded scheduling, fast-track scheduling, Critical Path Method and earned value analysis. Design-Build (D-B) firms/teams that meet the requirements of this announcement are invited to submit qualifications to the office indicated below for Phase One evaluation. The Brooks Act does not apply to this procurement as the acquisition is NOT for Architect-Engineer Services. However, a Standard Form (SF) 330, U.S. Government Architect-Engineer Qualifications may be used to submit qualifications, but is not required. The SF 330's are formatted for Architect-Engineer (A-E) and related services, but this form can be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at following website: http://www.gsa.gov. Firms responding to this announcement using their own format should make certain all required information is included in their submittal. Firms that fully meet the requirements described in this announcement are invited to submit Two (2) hard copies of its response. Only hard copy responses received by 4:00 P.M. (Mountain Time Zone), March 17, 2010, will be evaluated further. Up to Four (4) of the most highly-qualified Design-Build (D-B) firms will be short-listed to participate in Phase Two of this Design-Build selection process. In Phase Two, those firms short-listed will be sent the Request for Proposal (RFP) which will contain the NPS Schematic Design Drawings, project requirements narrative, Performance Technical Specifications (PTS), and evaluation criteria for technical and firm-fixed price proposals. Offerors will be asked to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control as part of the Phase Two technical proposal. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals for Phase Two. Large business contractors will be expected to submit a sub-contracting plan and subcontract at least 19.5% of the award total to small businesses. Short-listed offerors will be asked to submit both a technical and price proposal based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "Best Value" offeror by approximately June 15, 2010. Debriefings will be made available after contract award. For inquiries and clarifications, the primary point of contact is Marlene Haussler, Contract Specialist, telephone number 303-969-2159, email marlene_haussler@contractor.nps.gov. The alternate point of contact is Rod Keiscome, Contracting Officer, telephone number 303-969-2048, email Rodney_keiscome@nps.gov. Note: This Pre-solicitation Announcement is NOT a Request for Proposals (RFP). SUBMISSION REQUIREMENTS: SUBMISSION REQUIREMENTS - PHASE ONEFirms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a submittal responding to the above criteria. An organizational 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 further substantiates the relevant project work specifically described in submittals. Additional information (including information from prime and subs) should not exceed twenty (20) 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. 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 announcement (http://www.bpn.gov). In addition, active registration in Central Contractor Registration (CCR) database (See also: http://www.bpn.gov) is required in order to conduct business with the Federal Government. Responses must be received by 4:00 P.M. (Mountain Time Zone), March 17, 2010, at the one of the following address(es): Via Overnight Delivery Service: National Park Service; Attn: Marlene Haussler, 12795 West Alameda Parkway, Denver, Colorado 80228-2838. Via U.S. Postal Service: National Park Service; Attn: Marlene Haussler, P.O. Box 25287, Denver, CO 80225-0287. Note: This is NOT a Request for Proposals (RFP). Note: Architect-Engineering (A-E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent Design-Build process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101133/listing.html)
 
Place of Performance
Address: California
Zip Code: 91360
 
Record
SN02080082-W 20100304/100302234549-35d249d6bab524981f454f39a24009bd (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.