Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1999 PSA#2463

National Park Service, Denver Service Center, P.O. Box 25287, Denver, Colorado 80225-0287

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR DESIGN AND CONSTRUCTION MANAGEMENT OF SUBSURFACE FLOW CONSTRUCTED WETLANDS AT FACILITIES THROUGHOUT THE UNITED STATES SOL 1443-CX-2000-00-002 POC Point of Contact-Edward Tafoya, Contracting Officer, Phone 303 969-2116 E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. The National Park Service, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225 seeks a qualified firm(s), or group(s) with expertise in planning, design, permitting and construction observation of subsurface flow constructed wetlands. Work will be authorized through the issuance of task orders under an indefinite quantity contract. Work may be performed for new or existing facilities at locations throughout the United States. 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. Each awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, past performance, quality of deliverables, timeliness, or other factors that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. The selected team must include (1) a professional engineer licensed in at least three states and with experience in wastewater wetlands design, (2) a botanist with experience in native wetland plants used in wastewater wetland systems, (3) a wetland ecologist or biologist, and (4) an individual with a degree in soils science, soils engineering or related field. The team must have experience in design and supervision of construction and planting of constructed wetland systems including systems ranging from 1000 gallons per day to 40,000 gallons per day. Design experience must include the use of native plants for evapotranspiration, native plants in soil absorption fields to maximize infiltration and treatment of effluent, and the use of native plants in land application areas. 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 professionals. The A/E will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. Consulting tasks and services may include, but are not limited to: site inspections, feasibility analyses, cost estimating, design, permitting, and construction observation for subsurface flow constructed wetlands, Operation and Maintenance Manual preparation, on-site training of NPS Park staff, and post-construction evaluations/reviews. The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms: 1. Professional qualifications (education and applicable licensure) and experience of the firm(s) and their staff proposed for the performance of the desired services associated with subsurface flow constructed wetlands. 2. Specialized and recent experience and technical expertise in design, permitting and observing construction of subsurface flow constructed wetland systems for county, state or National Park Service applications. 3. Documented performance of constructed subsurface flow wetlands designed by your team in terms of reducing pollutants sufficiently to meet effluent standards required by state and Federal water quality regulations, (i.e., NPDES permits). 4. Capacity to schedule projects and accomplish projects on time and within budget. 5. Past performance on private sector or other Government contracts. The term of each contact shall be one year with four one-year options. Each A/E prime awarded a contract is guaranteed a minimum of $25,000 during the life of the contract. The total of all work per year will not exceed $1,000,000 and each task order will not exceed $500,000. 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 the Interior's goals to increase small business participation in its contacting programs. The National Park Service strongly encourages the participation of small business firms including woman 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 National Park Service goal for small business participation is 15%, for women-owned business participation is 5%, and for small disadvantaged business participation is 5%. The subcontracting plan will need to establish goals for the base and all option years. The government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, a 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 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 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 4:30 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. The submittal due date is estimated to be December 2, 1999. This is not a Request for Proposal. Posted 10/25/99 (D-SN394515). (0298)

Loren Data Corp. http://www.ld.com (SYN# 0013 19991027\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page