Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

National Park Service, Denver Service Center, 12795 W. Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN SERVICES IN NATIONAL PARK SERVICE AREAS IN THE NORTHEASTERN AREAS OF THE UNITED STATES SOL 1443-CX-2000-99-006 DUE 031299 POC POINT OF CONTACT-RODNEY K. KEISCOME-CONTRACTING OFFICER 303/969-2048 WEB: Contracting Services Group, httm://www.nps.gov/dsc/dsccon. E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado 80225, is seeking a firm(s), organization(s) or team(s) to provide Architect/Engineer (A/E) services for Architectural Design projects in NPS areas in the northeastern United States including Maine, Vermont, New Hampshire, Connecticut, Massachusetts, New York, and Rhode Island. -- The Government may elect to award a single task order contract or to award multiple task order contracts for the services to be provided to two 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 awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as past performance, quality of deliverables, or other factors that the Contracting Officer, in the exerciseof sound business judgment, believes are relevant to the placement of orders. -- The selected team shall be predominately an Architecture and Engineering firm specializing in architecture and historic architecture. Incidental services from other disciplines or consultants include: historic research, materials analysis; structural, electrical, mechanical engineering, environmental, civil, and geotechnical engineering; hazardous materials surveying; archeology; cost estimating; lighting design; and interior design. Additional support services include CADD and word processing services compatible with NPS in-house systems (AutoCad version 14 or later; Microsoft Word; and Excel); architectural illustrator (freehand and graphic software programs including CorelDraw, Adobe Illustrator, Adobe Photoshop). Firm should also have capability to use electronic mail and interactive web pages. All work shall be subject to the review and supervision of the appropriate licensed professional(s) provided by this contract.—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 and/or NPS design teams. The A/E firm will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. Also may need to obtain and furnish various permits (discharge, construction, etc.) and to provide certification of compliance of facilities and/or operations. The firms submitting should also convey their sensitivity to NPS values and standards, and show demonstrated experience in their ability to analyze, utilize and incorporate sustainable design principles (The NPS has adopted "Sustainable Design" as the term for the principle by which future park planning and development will be guided. By definition, this term means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design minimizes the short and long term environmental impacts of development activity through resource conservation, recycling, waste minimization and the utilization of energy efficient and ecologically responsible materials and techniques for construction where they do not come in adverse conflict with the Secretary's Standards). -- In accordance with Public Law 100-418 and Executive Order 12770, all Federal design work is to be performed using the metric system of weights and measures. Work under this contract may be subject to this requirement. -- The anticipated work may include but is not be limited to the following: (a) Title 1 and related services, including project scoping and programming; charette facilitation; site planning/analysis; building condition inventories and assessments; conceptual, schematic, and preliminary design; code research and analysis; design development; design analysis; energy and life cycle/value analysis; outline specifications; preliminary cost estimates; project phasing/sequencing plans; quality assurance/review; visual simulation including computer imagery, color perspective renderings, model building; and other miscellaneous Title I services as needed. (b) Title II and related services (Construction Document Development): preparation of working drawings; construction specifications; quality assurance/review; constructability analysis; construction cost estimating; scheduling; value analysis/engineering; and other miscellaneous Title II services as needed. (c) Title III Services (Construction Support); site visits, consultation, construction inspection; archeological monitoring; review of shop drawings and submittals; assistance in preparation of contract modifications; preparation of Operation and Maintenance manuals; and other miscellaneous Title III services as needed. Archeological monitoring during construction will be subject to the Service Contract Act. -- Projects may include, butare not limited to, design services for new and existing visitor/interpretive centers, administrative facilities, maintenance facilities, single and multi-family housing, historic structures, and various support structures and amenities. Firms selected should have experience with similar clients and building users of park facilities. NPS policies, guidelines and other applicable legislation and standards will guide all work. -- The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms. Please note that these criteria shall be used by the NPS in lieu of the criteria listed under Note 24. (1) Demonstrated professional experience and technical competence (including licensing) of the firm (including its consultants and project personnel), with recent successful projects of similar scope, type, complexity, climates and locations as those anticipated. (2) Specialized and recent experience and technical expertise in design of projects of the scale and scope described in this announcement. (3) Performance record of the firm on previously completed contracts, regarding quality, costs, time schedules and ability to respond to a variety of projects. (4) Demonstration of a 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. (5) Ability of the team to communicate, and coordinate, facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate a multi-disciplinary design team managed by the NPS in Denver, Colorado. Emphasis will be placed on the teams' ability to work with multiple entities including federal, state, and local agencies, and other involved concerns. (6) Capacity to respond to expanded or multiple task orders on short notice and within the established schedules, while maintaining a high standard of quality and controlling costs. -- 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). -- Contract work will be performed under an indefinite delivery/indefinite quantity contract and task orders will be issued defining the scope of services for each project, as funding becomes available. The total of all task orders for the base contract period (one year) will not exceed $1,000,000. Any individual task order will not exceed $250,000. Each A/E prime awarded a contract is guaranteed a minimum of $25,000 during the life of the contract. The term of each contract shall be one year with four one-year options. -- This procurement is open to small and large business and is subject to Public Law 100-656, the Business Opportunity Development Reform Act of 1988. The National Park Service supports the Department of Interior's goals to increase small business participation in its contracting programs. The National Park Service strongly encourages the participation of small business firms including women and minority owned and operated A/E firms and encourages large business firms to include small, women-owned, and disadvantaged business firms as part of their team. Large business firms selected for contract award will be required to submit a subcontracting plan which will separate percentage goals for using small business concerns, women-owned, and small disadvantaged business concerns as subcontractors. The subcontracting plan will need to establish goals for the base all option years. 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. Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm and a Team Standard Form 255 in an original only. 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 Forms 254/255. 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 will be submitted. Responses must be received before 5:00 p.m., 30 calendar days from the date of this publication (first work day following a weekend or holiday) in order to be considered for selection. This is not a Request for Proposal. Posted 02/09/99 (D-SN296364). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0021 19990211\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page