Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
MODIFICATION

C -- Correction to A1100000090.Please see the changes to the Description and response date. The SF330 will be requested at the time the final solitication package is issued.

Notice Date
12/7/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
1443N2000110200
 
Response Due
12/22/2010
 
Archive Date
12/7/2011
 
Point of Contact
Wayne M. Latham Contract Specialist 3039876743 wayne_latham@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
Architect and Engineering Services Indefinite Delivery Indefinite Quantity contract(s). The Department of the Interior, National Park Service, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225-0287, is seeking firms or organizations with transportation planning, road engineering, multi-use trails, and transit engineering to provide Architect and Engineering (A/E) services under an indefinite delivery / indefinite quantity contract at various National Park Service areas throughout the United States, District of Columbia, Guam, Puerto Rico, and the Virgin Islands. In addition to the National Park Service there are other federal agencies within the US Department of Interior (Fish and Wildlife Service, Bureau of Land Management, etc.) as well as the USDA Forest Service which may utilize this contract through the Denver Service Center. In order to maximize competition, The National Park Service is encouraging A/E joint venture arrangements as well as prime/subcontractor relationships for this solicitation. The Denver Service Center (DSC) has the responsibility for contracting, project management, and coordinating as the contracting officer's representative (COR) various transportation planning and design projects developed within the National Park Service (NPS). Specific projects evaluate existing transportation conditions and seek appropriate solutions to manage multimodal transit, vehicular and pedestrian circulation. As part of this effort, the DSC serves over 391 national parks, recreation areas, and historic landmarks throughout the United States. Projects involve transportation planning and road design, vehicle management, ferry docks and systems, alternative transportation systems (ATS), multimodal user connections, intelligent technology systems (ITS), long range transportation plans (LRTP) and a variety of transportation operational management strategies which are all tools to improve the visitor experience, park circulation, and ultimately achieve the agency mission and objectives. This contract will also involve sustainable planning and design, transportation site data collection and analysis, transportation financial analysis, visitor demand management, scenic byway and general management studies, environmental assessments, public information documents as well as transportation facility planning and design services. EXAMPLES OF PROJECT TYPES: Roads, bridges, tunnels, pedestrian circulation, hiking and biking trails; marine docks, multimodal transportation, alternative transportation, intelligent technology systems, signage, financial proformas, transportation operations and maintenance, alternative fuels, mass transit systems and types (Land and water based transportation), water trail development, backcountry trail design, context sensitive design solutions, sustainable transportation facilities (including shelters, maintenance, and transit buildings), transportation planning, design, construction drawings, contract specifications, documents and permits. PROFESSIONAL DISCIPLINES required to be on the team of the A/E or qualifying subcontractors thereof: Transportation Planner, Transportation Engineers, Certified Urban Planner/Designer, Landscape Architect, Cultural Landscape Architect, General Architect and Engineering, Historic Architect, Visitor Use Specialist; Community Planner, Regional Planner, Natural and Cultural Resource Specialist, Environmental Planner; Cost Estimator, LEED AP designated Designers; Statistician, Sociologist; Economist, Writer Editor; Facilitator, Public Involvement/Information Specialist, and Web Developer / Designer. TASKS: The work will consist of transportation project tasks working at both the regional, state, and site specific locations. Tasks will consist of planning and design efforts such as: Determination of economic, technical, sustainable, and environmental feasibility of transportation solutions; collection and analyses of survey data related to road engineering and resource impact issues; erosion control methods; transportation studies; congestion management plans; Visitation and demand management plans; operational financial evaluations; transportation design guidelines; Information and sign technologies; Road and parkway planning and design; pedestrian pathways and trails; transportation shelters and facility design details; vehicle and ferry structures; clean alternative fuel technologies; project implementation and phasing strategies; transportation guidelines; graphic way finding and signage; Other transportation or system-wide planning and/ or design issues. PROJECT TASKS will consist of transportation planning and design efforts at the individual locations and may encompass: Collection and analysis of existing and projected visitation use patterns, multi-modal circulation systems, visitor traffic management, evaluation of visitor use patterns and parking data, congestion analysis, parking and pedestrian access to facilities, visitor experience and resource protection. Alternatives development may include: transportation facilities, roads, parking, bicycle, pedestrian and multi-use trail systems, and existing operational improvements; multi-modal transportation planning in multi-jurisdictional, politically sensitive environments; traffic safety evaluations; community vision workshops including multiple stakeholder design charettes and meetings; visitor carrying capacity studies, including spatial analysis and projection of visitation patterns; public participation with diverse user populations and adjacent communities; utilizing visitor surveys; meeting facilitation and focus groups; transportation alternative assessments; financial asset inventories; maintenance and operating plans for transportation systems; cost estimating and development of financial proforma alternative analysis; transportation maintenance facilities; infrastructure and utility components; development of multi-use trail systems; way finding; signage; accessible design standards; demand management techniques; economic analysis of transportation systems or operational improvement impacts; environmental compliance; sustainable planning and design; and value engineering/analysis using choosing by advantages. ADDITIONAL WORK may include leading community/stakeholder transportation development of partnering relationships with entities outside park boundaries. This contract requires design and specification preparation to be performed or approved by a licensed/registered professional in the state or territory of the work location. All work performed by the A/E shall be under the direction of registered and certified professionals as required. Professional LEED AP designation will also be a necessary in the design of visitor facilities. 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 teams from within the firm or in conjunction with sub-consultants. The A/E will need to have direct contact with federal, state, or local regulatory agencies to assure compliance with regulations, codes, and policies. In accordance with Public Law 100-418 and Executive Order 12770, all Federal design work is to be performed using standard USA systems of weights and measures. The Government will not indemnify the selected firm(s) of any liability involving existing or proposed hazardous situations; materials or waste; and there is no clause holding the firm harmless will be included in the contract(s). CONTRACT PERIOD: Contract work will be performed under an indefinite delivery-indefinite quantity contract and individual task orders will be issued for each project. The total of all task orders for the base and option years for each contract awarded will not exceed $8,000,000.00. The A/E is guaranteed a minimum of $25,000.00 during the life of the contract. The term of the contract shall be one year with four one-year options. SUSTAINABLE DESIGN: The National Park Service has adopted sustainable design as the guiding principal for park planning and development. In practice, sustainable design utilizes best available solutions within the design tradition of the NPS and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction of park infrastructure. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certifications and memberships in professionally recognized organizations (such as USGB / LEED) that promulgate sustainable practices. EXECUTIVE ORDER: Work done under this contract may be subject to any required US Government executive order requirements (current or future). Such the federal standards for public access and accessibility. SPECIALIZED SERVICES: In the course of doing business with A/E firms under contract with the National Park Service - Denver Service Center (DSC) or other agencies, the DSC occasionally needs to obtain specialized services from sub-consultants under the prime contract or technical specialists (TS) within a joint venture. In these instances, the majority of the work may be performed solely by the sub-consultant or TS with little involvement of the prime contractor. Even though the work is performed primarily by the sub-consultant or TS, DSC will ensure that the prime or lead contractor is involved in all discussions and all correspondence is routed through the prime or lead 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 DSC will continue to acquire such specialized services. The DSC does not intend to allow the prime consultant an administrative handling or coordination fee on sub-consultant's or TS 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. Evaluation criteria, (includes all subcontractors and consultants) in descending order of importance, are as follows. 1. Professional certifications, qualifications and experience of the staff and principals assigned to this contract, including depth of knowledge and expertise in transportation design and implementation (planning, pre-design, design development, construction drawings, specifications, permits, monitoring construction); Landscape Architecture, Civil/Structural Engineering, Traffic Engineering; and Architecture; Project examples should clearly demonstrate sustainable / context sensitive solutions for park roads and related transportation structures; bridges; fluvial hydrological/hydraulic systems; erosion control; revegetation; retaining walls; signage; traffic barriers; multimodal transportation systems; pedestrian linkages and accessibility; transportation financial pro-forma's; cost estimating; transportation facilities, utilities; support infrastructure; transit and ferry structures; project management; construction implementation and monitoring; environmental processes and procedures for permitting; visitor experience; public involvement; information systems and way finding. 2. The extent to which the firm or organization has expertise and experience in projects similar in nature to those proposed. Specify the roles and responsibilities as well as identifying the project leadership or prime office involved. 3. Past record of project management expertise which demonstrates the ability to complete projects within established project scopes, production schedule (timeliness) and budget performance. 4. Past work experience dealing with similar transportation sustainable design and implementation projects working in sensitive environmental, cultural areas as well as dealing with a variety of governmental (internal and external) approval and politically processes. Specify the roles and responsibilities those involved as well as identifying the project leadership or prime office involved in past work experience. 5. Ability to provide geographically located teams which can cover the East Coast, Midwest, and West Coast park locations. Teams may be aligned in combinations consistent with NPS regions-Northeast, National Capital, Southeast, Midwest, Intermountain, Pacific West, and Alaska. To receive full consideration, respondents must completely address each criterion. Firms or organizations will be evaluated and assigned ranking based on demonstrated expertise and experience in the above evaluation criteria. ADDITIONAL INFORMATION: 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. 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, if desired, a SF330. 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. The additional information should not exceed 20 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 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. Responses must be received by 4:00 p.m. Mountain Standard Time, 15 days after the posting of this notice at the following address: National Park Service; Attn: Wayne Latham,12795 West Alameda Parkway, Denver, Colorado 80225-0287. Note: This is not a Request for Proposals. This is a Brooks Act Requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/1443N2000110200/listing.html)
 
Place of Performance
Address: United States, District of Columbia, Guam, Puerto Rico, and the Virgin Islands
Zip Code: 802250287
 
Record
SN02339450-W 20101209/101207233724-b6a40e7eeb14a8216c8189a3af700e87 (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.