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