Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Multi-Disciplinary Architect and Engineer Design Services in park units in the Midwest Region (13 states), Natinoal Park Service

Notice Date
1/24/2012
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
E12PS50005
 
Response Due
3/9/2012
 
Archive Date
1/23/2013
 
Point of Contact
Tonya M. Bradley Contracting Officer 4026611656 tonya_bradley@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
The National Park Service (NPS), Midwest Regional Office (MWRO) 601 Riverfront Drive, Omaha, Nebraska 68102, is seeking qualified firm(s) or organization(s) 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 Arkansas, Illinois, Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Ohio, South Dakota, and Wisconsin. In order to maximize competition, the National Park Service is encouraging joint venture arrangements as well as prime/subcontractor relationships for this solicitation. This is not a Request for Proposal (RFP). This announcement is unrestricted is open to all businesses regardless of size. To the fullest extent, the National Park Service (NPS) welcomes the participation of small business firms including women and minority owned and operated A/E firms and encourages large business firms to include small business firms as part of their team. If the A-E selected is large business, they must comply with FAR 52-219-9, Small Business Subcontracting Plan (Jan 2011) regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting plan is not required with this submission, but must be provided and approved prior to award. The North American Industry Classification Systems (NACIS) code is 541310. Small Business Size Classification Standard is $4.5M. This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See FedBizOpps numbered note 24 for general information on the A-E selection process. (http://www.fbodaily.com/fbo/notes.html) The National Park Service acknowledges that there are two announcements posted for the same requirement with different set-asides. From the two announcements the Government intends to award three Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The primary performance locations will be the 13 states listed above, with the secondary performance locations being the rest of the United States. The term of the contract shall be one year with four one-year renewal options. The total fees for the basic year and all option years shall not exceed $3,750,000 per contract with a guaranteed overall minimum of $10,000. Projects will be negotiated and awarded under fixed priced task orders. The total of all task orders per contract per year will not exceed $750,000 and no single task order shall exceed $450,000. Work will consist of, but is not limited to, Title I Services, which includes preparation of necessary advance technical analysis investigations, preparation of preliminary studies, sketches, layouts, outlines of specifications, and advance cost estimates and other specialized services as directed. Title II Services includes preparing construction drawings, specifications, and cost estimates. Title III Services includes construction observation, site visits, consultation, review of submittals and shop drawings, and preparing operation and maintenance manuals. TYPES OF PROJECTS - Projects may include but are not limited to research, inventory, stabilization, preservation, rehabilitation, site planning and design, landscapes or design for interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, single, and multi-family housing, campgrounds, roads, and parking. Following are examples of projects done in the past: Agate Fossil Beds NM visitor center, utilities, parking area, trails, and housing, Harrison, Nebraska; Badlands NP visitor center rehabilitation, Interior, South Dakota; George Washington Carver NM visitor center rehabilitation, parking lot, and contact station, Diamond, Missouri; and Jefferson NEM drop off zone and parking areas, St. Louis, Missouri; rehab water system and water tower replacement, Isle Royal NP; rehab sewer lines, Ozark NSR; septic system replacement, Scotts Buff NM. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professionals registered as architects, landscape architects, Engineering (Civil, Structural, Highway, Electrical, Mechanical, Sanitary, Environmental, Structural and Geotechnical), and Sustainable Technologies. 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), Fire Protection Specialist/Engineer, Surveying, Industrial Hygiene, Construction Management, Cost Control/Cost Estimating, Exhibitory/Media Design and interpretive designer. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Word processing, etc., may be required in the performance of specific task order requirements. 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 certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Sensitivity to NPS values, standards, and sustainable design principles must be demonstrated. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily Research, Inventory (Project Planning and Compliance Services), Programming and Site Analysis, and Supplemental Services(Pre Design Services), Design and Construction Documents (Design Services) and Construction Management(Construction Management Services). A) Project Planning And Compliance Services: 1. Research and 2. Inventory; B) Pre-Design Services: 1. Programming, 2. Site Analysis, and 3. Supplementary Services; C) Design Services: 1. Schematic Design, 2. Value Analysis Job Plan, 3. Design Development, 4. Construction Document, and 5. Construction Support; D) Construction Management. CORDINATION - 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 - Specialized services may include but are not limited to the following: Level II and/or Level III environmental site assessments (investigation to be conducted per Secretarial Order 3127 and Part 602 Land Acquisition), Chapter 2 - Hazardous Substances Determinations, Section 2.5 - Requirements, Functions, and Procedures; and identification of and sampling of suspect asbestos containing materials and NEPA services in accordance with National Park Service policy. Topographical field surveys, obtaining test borings or other subsurface data and condition assessment. Providing services for major construction projects exceeding $1,000,000 to be reviewed by NPS Servicewide Development Advisory Board (DAB); experienced with Choosing By Advantages (CBA), Value Analysis (VA), and Life Cycle Cost (LCC) processes are required. A/E shall identify facilitator(s) with Certified Value Specialist (CVS as certified by SAVE International) or approved equal, to conduct studies and consult with the prime with regard to decision making methods. Energy Audit ASHRAE Level I and II. Sustainable building assessment for compliance with Guiding Principle (For sustainable new construction and major renovations) TECHNICAL EVALUATION CRITERIA - 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 such factors as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, and other factors (i.e., knowledge of local construction practices, permitting, capability to utilize construction/project management software for timeline scheduling, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria which listed in descending order of importance: 1. Professional qualifications of the principals and key staff of the firm and consultants for the performance of the desired services. 2. Specialized experience and technical competence in the type of work required and knowledge of broad range of project localities in 13 states of Midwest Region. 3. Capacity to respond to short timeframes and accomplish more than one project at a time within the desired schedules, while maintaining quality of work and control of costs. 4. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.Demonstrated success of sustainable processes and renewable technologies in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 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 - Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Form 330 and an organization chart. The organization 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) substantiates the relevant project work specifically described on Standard Form 330. Additional information should not exceed 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 material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Standard Form 330 may be obtained at http://www.gsa.gov/portal/forms/type/TOP. Responses must be received before 4:00 p.m. Central Daylight Time, March 9, 2012. Note: This is not a Request for Proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS50005/listing.html)
 
Place of Performance
Address: Primary within NPS Midwest Region (13 states) and secondary the rest of the United States
Zip Code: 68102
 
Record
SN02659907-W 20120126/120124234339-4b8750285398ecb8cbd810d0d46bcb34 (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.