Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOLICITATION NOTICE

C -- National Park Service, Pacific West Regional Office, Architect-Engineer Services, Indefinite Quantity Contract, Civil / Environmental Engineering Design

Notice Date
10/3/2011
 
Notice Type
Presolicitation
 
Contracting Office
PWR - PWRO Pacific West Regional Office-San Francisco National Park Service333 Bush St., Ste. 500 San Francisco CA 94104
 
ZIP Code
94104
 
Solicitation Number
P12PS82000
 
Response Due
11/8/2011
 
Archive Date
10/2/2012
 
Point of Contact
Gary Harris Contracting Officer 4156232254 gary_harris@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
Total Small Business
 
Description
The National Park Service (NPS), Pacific West Regional Office (PWR), 333 Bush Street, Suite 500, San Francisco California 94104-2828, is seeking a qualified firm(s) or organization(s) to provide Multi-Disciplinary (civil, environmental, electrical, mechanical, structural, architectural, etc.) Engineering Design Services under an Indefinite Quantity contract for a variety of projects within National Park Service units at locations primarily throughout the States of California, Nevada, Washington, Oregon, Idaho, Montana, Hawaii, the Commonwealths of Guam and Saipan and the U.S. Territory of American Samoa. The lead firm(s) selected for contract award will be a engineering design firm(s) as the majority of services to be performed under this contract will generally be civil / environmental engineering in nature. The contract type will be firm fixed-priced. The Government may elect to award a single task order contract or to award 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. With respect to the production of plans and specifications, the maximum amount that can be paid to an Architect-Engineer (A/E) is 6% of the estimated cost of construction (41 U.S.C. 254(b)). This contract is being procured in accordance with the Brooks Act (Public Law 92-582)(40 U.S.C. 541 et seq.) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Additionally, as in accordance with FAR Subpart 19.5, this acquisition is a Total Small Business Set-Aside. The NAICS Code is 541330. The Small Business Size Standard is $4.5 million. For the purposes of this acquisition, any concern will be classified as small business if its avergage annual gross revenue for the preceding three years does not exceed the small business size standard stated herein. TYPES OF PROJECTS: Projects may include, but are not limited to: A. Buildings and StructuresB. Drainage and Stormwater Management SystemsC. Electrical SystemsD. Environmental Engineering and Compliance SystemsE. Fire Protection EngineeringF. Geotechnical EngineeringG. Marine and Coastal FacilitiesH. Mechanical SystemsI. National Environmental Policy Act (NEPA), Section 106 Compliance and Construction PermittingJ. Seismic EngineeringK. Site DevelopmentL. Transportation Engineering, Transportation Facilities, and Traffic SystemsM. SurveyingN. Water and Wastewater Systems and FacilitiesO. Value Analysis/Value Engineering All designs shall comply with: A. International Code CouncilB. Applicable National, State and local codes and regulationsC. Applicable Executive OrdersD. Applicable DOI and NPS DirectivesE. Other performance targets/requirements as defined in individual task orders REQUIRED DISCIPLINES: A. Required disciplines include, but are not limited to, registered professional engineers in the following areas: Civil, Electrical, Environmental, Fire Protection, Geotechnical, Mechanical, Sanitary, and Structural Engineering. B. Additional disciplines which may be required for some projects include registered or certified professionals in the following areas: Architecture, Construction Management, Cost Control and Cost Estimating, Hazardous Materials, Industrial Hygiene, Marine Engineering, Seismic Engineering, Surveying, Sustainable Technologies, and Transportation and Traffic Engineering and Accessibility Consulting. C. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Word processing, Adobe Acrobat, etc., may be required in the performance of specific task order requirements. D. Professional registration of Architect-Engineer staff. Active professional registration of Architect-Engineer staff will be required in accordance with FAR 52.236-25. It will not be necessary for prospective firms to hold registrations for the entire National Park Service, Pacific West Region (for the purposes of this solicitation, limited to the States of California, Nevada, Washington, Oregon, Idaho, Montana and Hawaii) at the time of submission of the SF-330, but the ability and willingness to obtain registration where it may be needed will be considered in evaluating qualifications. 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. The total duration of the contract, including options, shall not exceed 5 years. Work will be ordered by issuance of firm fixed-price or not-to-exceed type task orders. The maximum ordering limitation will be $7,500,000.00 for the life of the contract. Each task order will not exceed $250,000.00. The $7,500,000.00 maximum may be realized in a single year or spread 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. Project needs, design, construction and operation shall be holistically considered; and life cycle costing shall be utilized to facilitate decision making. EXECUTIVE ORDER: In accordance with Public Law 100-418 and Executive Order 12770, 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. PRIMARY SERVICES REQUIRED: For the purposes of this contract, the services to be provided will be primarily: A. Project Planning and Compliance Services B. Predesign Services:1. Programming2. Site Analysis3. Supplementary Services C. Design Services:1. Schematic Design2. Value Analysis3. Design Development4. Construction Documents5. Construction Support D. Construction Management Services 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 A/E firms under contract with the NPS, our office occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the sub consultant, the NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with 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. The NPS does not intend to allow the prime consultant an administrative handling or coordination fee on sub consultant's services. TECHNICAL EVALUATION CRITERIA: Statements of Qualifications will be evaluated by a selection committee of NPS personnel based on the following primary criteria, listed in descending order of importance: A.Engineering & Design: Demonstrated professional qualifications, technical expertise, and experience in developing integrated designs, specifications, and cost estimates for projects in a multidisciplinary environment. Emphasis will be on experience in sustainable designs that minimize the use of non-renewable resources through water and energy conservations; that use alternative energy sources, recycled content materials and recovered materials; that promote low life cycle costs, pollution prevention and waste reduction; and that possess good constructability and ease of operation and maintenance. Demonstrated qualifications of key project staff responsible for integrated design including professional accreditation, registration, licensure, certifications and training. B.Project Management and Construction Administration: Demonstrated project management and contract administration experience and expertise with integrated design with an emphasis in coordinating a multidisciplinary team of internal and external resources. Demonstrated ability of the firm and its sub consultants to successfully communicate, coordinate, facilitate, and work expeditiously with Federal, state, and local agencies, organizations, and individuals. Demonstrated ability of the firm and its sub consultants to manage and maintain scope of work, budgets, and schedules without sacrificing quality of product or deliverables. C.Firm Profile: Demonstrated technical expertise and experience of the firm and its sub consultants with A/E projects in a variety of settings, such as new construction or repair/rehabilitation, urban and remote locations, various climatic regions and environments (including but not limited to: high mountains, volcanic area, tropical, coastal, heavy snow, arid desert, and isolated conditions) with sensitivity to natural, cultural, and historic resources, as well as aesthetic attributes consistent with a National Park. D.Codes, Standards, Regulations, and Requirements: Demonstrated knowledge and application of all Federal, state, and local codes, standards, regulations, and requirements pertaining to projects involving but not limited to the following components: water and wastewater, building, structural and seismic, drainage and storm water, electrical, fire protection, geotechnical, marine and coastal areas, mechanical, transportation and traffic, and surveying. Demonstrated knowledge and application of the National Environmental Policy Act (NEPA), National Historical Preservation Act (NHPA) and other relevant construction permitting and requirements. E.Past Performance: Demonstrated past performance on previous A/E work performed for Federal, state, local agencies and organizations, as well as private industry, documenting the firm's quality of work, ability to meet performance schedules and budgets, and responsiveness to task orders (including expanded or multiple task orders on short notice), modifications, and feedback. Emphasis will focus on A/E services for projects that are of similar nature in net construction cost and design complexity to typical projects of the National Park Service's Repair / Rehabilitation program. Also, specific past performance of A/E services on work performed in a multidiscipline environment on projects with a net construction dollar value of both less than $750,000 and greater than $750,000 and a demonstrated ability to complete the construction documents for these projects within statutory funding limitations. REQUIRED REGISTRATION: The FAR requires the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Accordingly, offerors are required to complete the ORCA on-line via the internet site at https://orca.bpn.gov by the synopsis response date and time. Refer to FAR 52.204-8, Annual Representations and Certifications (JAN 2011). To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) registrar via the CCR Internet site at www.ccr.gov. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and an original and three copies of completed Standard Form 330 (Architect-Engineer Qualifications) for the prime contractor and each subcontractor, and an organization chart of the team. The SF-330 is available and downloadable via the Internet at www.gsa.gov/forms. Additionally, the prime contractor shall include, in Block 5 of the SF-330, Part I, Section B, along with the "name of firm", its Data Universal Number (DUNS). The prime contractor shall also provide the title and contract award dates for all projects listed in Part I, Section F. SF-330s are to be submitted only for the required disciplines identified in the above section entitled REQUIRED DISCIPLINES. The organization chart shall include the names of 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) substantiates the relevant project work specifically described on SF-330. Additional information should not exceed 20 double-sided pages. It is recommended that submissions be spiral bound or put together in three ring binder(s) and developed and assembled in a manner that chronologically corresponds to and addresses the Technical Evaluation Criteria. SUBMISSIONS RECEIVED VIA EMAIL 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 material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Responses must be received before 2:00 PM, November 8, 2011 and addressed to the National Park Service, Pacific West Regional Office, 333 Bush Street, Suite 500, Attn: Contracting Office, San Francisco, California 94104-2828. The following information shall be placed on the outside of the sealed envelope: 1). Solicitation Number: P12PS82000 / Title: NPS, PWR-San Francisco Office, A/E IDIQ Civil / Environmental Engineering Design Services; 2). Due Date: November 8, 2011; and 3). Closing Time: 2:00 PM. Responses received after 2:00 PM, November 8, 2011 will not be considered. Late responses are subject to FAR 15.208. NOTE: This is not a Request for Proposals. No material will be issued and no solicitation package nor bidder/plan holder list will be issued. POINT OF CONTACT: Primary Point of Contact - Gary Harris, Contracting Officer, National Park Service, Pacific West Regional Office, 333 Bush Street, Suite 500, San Francisco, California 94104-2828, E-mail - gary_harris@nps.gov. Alternate Point of Contact - Maxine Giammo, Procurement Technician, National Park Service, Pacific West Regional Office, 333 Bush Street, Suite 500, San Francisco California 94104-2828, E-mail - maxine_giammo@nps.gov. Address any questions, IN WRITING, to the above individuals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS82000/listing.html)
 
Place of Performance
Address: National Park Service, Pacific West Regional Office, 333 Bush Street, Suite 500, Attn: Contracting Office, San Francisco, California 94104-2828
Zip Code: 941042828
 
Record
SN02600959-W 20111005/111003234921-e6a54aee6336dc8a57edbe492d28fbe2 (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.