Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

C -- Architect and Engineering Service

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P2018R0031
 
Point of Contact
Marlene Haussler, Phone: (303) 969-2159, John Vallejos, Phone: 303-969-2592
 
E-Mail Address
Marlene_Haussler@contractor.nps.gov, john_vallejos@nps.gov
(Marlene_Haussler@contractor.nps.gov, john_vallejos@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 3 The Government is canceling this solicitation in its entirety and will re-solicit on or about March 26th, 2018. he National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified SMALL BUSINESS FIRMS to provide Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity / Indefinite Quantity (IDIQ) contract for a variety of projects within areas of national significance at locations throughout the Midwest Region which includes the States of North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Iowa, Minnesota, Michigan, Wisconsin, Illinois, Indiana and Ohio (primary area of coverage). The secondary area of coverage is Nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual state's licensure and registration requirements can be met. In order to be considered for award of this IDIQ contract, firm(s) must possess all professional qualifications for required disciplines, including individual licenses, certifications, etc. for those states listed in the primary area of coverage. The team as a whole must have at least one person licensed in each state within the primary area of coverage, for each required discipline. Firms selected as the most highly qualified will be required to show proof of licensing within 30 days of being notified of most highly qualified status. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm is eligible to become registered in the secondary area if selected, within 30 days of being notified of most highly qualified status. The NAICS code for this requirement is 541310, size standard $7.5 million annual receipts, averaged over the preceding 3 years. The size of the small business firm includes all parents, subsidiaries, affiliates, etc. (See 13 CFR 121.103 and 13 CFR 121.108. All firms must be certified in Systems for Award Management (SAM) at https://www.sam.gov. The lead firm(s) selected for contract award will be predominately architecture and architectural engineering firms specializing in contemporary and/or historic architecture and landscape architecture. In accordance with FAR clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the selected firm. For this procurement, percentage of work performed/costs incurred by all small business firms under the contract shall be included in meeting the 50 percent requirement. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservation" and the related "Secretary of the Interior's Standards for the Treatment of Historic Properties", and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the Treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles must be demonstrated. The Government anticipates award of multiple IDIQ contracts to multiple sources under this solicitation. The Government reserves the right to award contracts, based on the Source Selection Authority's final selection of 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 and/or cultural sensitivity, quality of deliverables, timeliness, geographic location, 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. No federal agencies other than the National Park Service, Denver Service Center, are authorized to use this contract. Denver Service Center Contracting Officers can place task orders, and authorize modifications to task orders issued under the contract. Task orders must be in accordance with the requirements, terms and conditions and within the scope and intent of this contract. TYPES OF PROJECTS Projects may include but are not limited to research, evaluation, analysis, strategic planning, inventory and monitoring, compliance and permitting (including environmental, construction, NEPA, and Section 106), drainage and storm water management systems, floodplain delineations, geotechnical evaluations and design, condition assessments, structural evaluations, interpretive exhibits, stabilization, preservation, rehabilitation of historic structures, accessibility upgrades, site planning, trail planning, design including interior design, cultural landscapes or design and design support during construction, design for historic/modern-day structures, museums, curatorial facilities, revetment and/or seawalls, shoring, security improvements, demolition, visitor/interpretive centers, administrative facilities, maintenance facilities, electrical systems (including high and low voltage), fire protection systems, mechanical systems, security systems, seismic retrofits, small scale and renewable energy systems, surveying (including boundary, hydrographic, and land), total building commissioning, traffic and transportation systems/facilities, water and wastewater systems, multi- and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, multi-use trails, marine and coastal facilities, and memorials. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professional registered architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Civil Engineering, Commissioning, Construction Engineering, Construction Management and Inspection, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Electrical Engineering/Licensed Electrical Administrator, Facility Condition Assessment Specialists, Fire Protection Engineering, Geotechnical Engineering, Land Surveying, Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil), Interior Design, LEED Accredited Professional, Lighting Design, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists. B) Additional disciplines which may be requested for some projects include registered, certified, or professionals qualified in the following areas: Acoustics, Air quality, Anthropology, Archeology, Cultural and Natural Resources, Architectural Conservation, Botany, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Safety, Construction QA Inspections, Economists and Socioeconomists, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Historic Architecture, Historic Landscape Architecture, Industrial Hygiene, Interpretation, Land and Hydrographic Surveying, Landscape History, Marine Engineering, NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Transportation and Traffic Engineering, Audio/Visual quality, Waterproofing, Wetlands, and Wildlife biology. C) Services may include but are not limited to, AutoCAD drafting and 3D modeling, Building Information Modeling (BIM), GIS, Microsoft Office applications, and Adobe Acrobat may be required in the performance of specific task order requirements. D) Incidental Services may include, but are not limited to, removal of building finishes, destructive testing, and foundation testing to determine actual site conditions. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A) Pre-Design Services includes but is not limited to (see: http://www.nps.gov/dscw/dbbpredesign.htm, https://www.nps.gov/dscw/dbpredesign.htm,) • Programming (Site Analysis, Site Program, Facility Program, and Interpretive Program - exhibits and waysides) and Contextual Analysis • Integrated Design Narrative, including Universal Design recommendations • Regulatory Analysis (jurisdictions, codes, permits) • Scope and Cost Validation • Sustainability Analysis B) Commissioning Services, including total building commissioning beginning as early as pre-design and continuing throughout design and construction C) Supplementary Services (i.e. geotechnical surveys, topographic surveys, environmental site assessments (Phase I and II ), archeological investigations, condition assessments, human and ecological risk assessments, energy studies, hazardous material studies, etc.) D) Design Services includes but is not limited to: • Schematic Design (see http://www.nps.gov/dscw/dbbschematic.htm, and https://www.nps.gov/dscw/dbschematic.htm) • Design Development (see http://www.nps.gov/dscw/dbbdesdevelop.htm and http://www.nps.gov/dscw/dbbcondocs.htm) • Value Analysis and Value-based decision making Design Development • Design Development Documents • Construction Documents • Control Documents for Exhibits • Constructability Analysis • Sustainability/LEED documentation E) Planning and Compliance Services: • Research and Data Acquisition • Inventory, Resource Surveys, Resource Modeling, Wetland / Water Delineations, Functional Assessments, Field Work Plans, Feasibility Studies and Reports • Historic Structure and Cultural Landscape Reports and Assessments • NEPA Compliance and Assessments • Section106 and NHPA Compliance • ABAAS, Section 504 and Section 508 Compliance • Other Environmental Compliance (i.e. essential fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations) • GIS • Strategic Planning • Community Engagement • Facilitation • Comment Analysis • Research and Data Analysis for Visitor Use, Cultural and Natural Resources, and Socioeconomics • Other Special Studies (i.e. Air Quality, Visual Quality, Night Sky and Sound Quality or Impact Assessments, etc.) F) Cost Estimating, including Life Cycle Cost Analysis and Total Cost of Ownership G) Permitting (i.e. Resource, Construction and Operating) • The Architect-Engineer shall identify and assess all permits, licenses and insurance required for the conduct of projects through completion. If required conduct permitting as defined by task order. H) Project Scheduling I) Risk Analysis J) A/E Services during Construction • Submittal Review • Construction Observation • Troubleshooting of Design Issues K) Quality Control A documented internal Quality Control program shall be applied to all services performed and shall be used by all subcontractors. This quality control program should include a system that identifies persistent quality issues and reduces their incidence in subsequent submittals. This system shall include documentation that is reviewable by the Government upon request. The A/E consultant accepts ultimate responsibility, liability and duty to control the quality of the services provided to the Government as stipulated in the FAR, Part 36.609-2. The A/E shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the A/E, their Employees, Agents, Assignees, and Subconsultants under the contract. The A/E shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. The A/E shall demonstrate existence of a Quality Control (QC) system that will be used for all work submitted to the National Park Service. The QC system shall be utilized by the prime contractor and all subcontractors and shall, at a minimum, include the following: A. Coordination of drawings and specifications within each discipline, and between all disciplines. B. Verification that all documents to be submitted are accurate and correct. C. Checklists for internal review of drawings, specifications, calculations, and cost estimates. D. Verification, prior to submittal to the National Park Service, that all required documents for each submission are included and complete, per the contract requirements. E. Verification that all required documents have undergone a QC review prior to submittal to the National Park Service. The National Park Service requires documentation and submittal of all QC work performed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at - http://www.nps.gov/dsc/workflows/index.htm SUSTAINABLE DESIGN The U.S. Government has adopted sustainable design as the guiding principle (http://www.energystar.gov/ia/business/Guiding_Principles.pdf) 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 and certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Firms shall validate their sustainable design abilities and practices through completed LEED certified construction projects and green building awards. LEED accredited professionals should play leading roles on the project team. ORDERS, LAWS, MANAGEMENT POLICIES, REGULATIONS Comply with Design Imperatives at http://www.nps.gov/dscw/laws-policies.htm plus all applicable Executive, Secretarial and Director's Orders, laws, management policies and regulations which can be found at http://www.nps.gov/applications/npspolicy/. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center (DSC), the DSC occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, DSC will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. The DSC does not allow the prime consultant an administrative handling or coordination fee on sub-consultant's 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 firm(s) will need to have direct contact with Federal, State or local regulatory agencies to ensure compliance with regulations, codes and policies. CONTRACT PERIOD/ ORDERING LIMITATION 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. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $10,000,000.00 for the life of the contract. Each task order will not exceed $1,000,000.00. The $10,000,000.00 maximum may be realized in a single year or spread out 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. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of the National Park Service personnel based upon the following criteria, applied to the proposed team,, listed in descending order of importance. 1. Demonstrated ability, experience and technical competence in the type of work required under this contract, (i.e., knowledge of indigenous cultures and practices, vernacular architectural styles, historical design and construction methods, sustainable design, natural resources processes and sensitivities, Architectural Barriers Act Accessibility Standards (ABAAS), cost estimating, Energy Policy Act, etc.) in various climatic regions for the geographic area covered by this solicitation. Capacity to respond to expanded or multiple task orders on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. 2. Demonstrated experience with integrated design, with an emphasis on coordinated full range of multidisciplinary team(s) and/or members, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through. Team shall demonstrate the balance of aesthetics, cost, constructability, sustainability applications/techniques including overall operation and maintenance requirements. Include experience working with exhibit and interpretive designers. Demonstrate the ability of the team to communicate, coordinate, and facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate into a multi-disciplinary design team. Emphasis will be placed on the team's prior work experience as a team on previous projects, and ability to work with multiple entities including Federal, State, and local agencies and other involved concerns. 3. Demonstrated sustainable design ethic, philosophy, and approach and the ability of the team to produce viable design solutions that show an awareness and sensitivity to local, natural and cultural resources and the global environment, as well as aesthetic considerations appropriate for National Park settings. 4. Demonstration of a preservation design ethic, philosophy, and approach and the ability of the team to produce viable treatment solutions that show an awareness and sensitivity to character-defining features, historic fabric and historic scene, and adherence to the Secretary of the Interior's Standards for the Treatment of Historic Properties. Demonstrated understanding of the four categories of ultimate historic structure treatments: Preservation, Rehabilitation, Restoration, and Reconstruction. 5. Demonstrated effectiveness of the firm's quality review and assurance procedures for both prime and subconsultant work. Include examples of Quality Control process records demonstrating the effectiveness of firm's procedures. 6. Demonstrated experience with Natural and Cultural Resource Compliance (i.e. NEPA, Section 106) and Permitting, including knowledge of local and state permitting and regulatory requirements, and the ability to integrate them into the design and construction process 7. Provide a matrix clearly communicating which individuals and disciplines are included in the primary firm or partnership and the states in which the individuals hold a professional license or certification. Provide an organization chart that includes the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise, and office location where work will be performed. SUBMISSION CONTENTS: Interested firms shall submit: 1. A Letter of Interest, 2. A completed SF330 for each firm, and 3. A Team Standard Form 330, 4. Additional Supporting Material: 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 SF330. Additional information should not exceed 20 double-side pages. SUBMISSION FORMAT Submissions shall include one electronic and two hard copies as noted below. The electronic copy shall be submitted on a USB thumb drive (Compact Disks (CD) shall not be submitted). Insure the appropriate information is included in all copies. Submissions shall be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. 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. SUBMISSION OF QUALIFICATIONS Submit your qualifications to the following address so as to insure it arrives by no later than 3:00 p.m. Mountain Daylight Time, February 21, 2018. Submissions received via e-mail or facsimile will NOT be accepted. Submit via: If via courier service: John Vallejos Contracting Services Group (DSC-CS) Denver Service Center National Park Service 12795 West Alameda Parkway Lakewood, CO 80228 If via U.S. Postal Service: John Vallejos Contracting Services Group (DSC-CS) Denver Service Center National Park Service P.O. Box 25287 Denver, CO 80225-0287 POINTS OF CONTACT Contact Prior to 2/6/18: Marlene Haussler Phone: 303-969-2159 Email: marlene_haussler@contractor.nps.gov Contact After 2/6/18: John Vallejos Phone: 303-969-2592 Email: john_vallejos@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2018R0031/listing.html)
 
Place of Performance
Address: Midwest Region which includes the States of North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Iowa, Minnesota, Michigan, Wisconsin, Illinois, Indiana and Ohio, Omaha, Nebraska, 68922, United States
Zip Code: 68922
 
Record
SN04846357-W 20180309/180307231802-35479f04e205a526d0f24b9238a3e641 (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.