Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2006 FBO #1770
SOLICITATION NOTICE

C -- Civil, Environmental and Sanitary Engineering

Notice Date
9/29/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1577070402
 
Response Due
10/30/2006
 
Archive Date
9/29/2007
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), Yellowstone National Park is seeking firms to provide civil, environmental and sanitary Architectural & Engineering (A/E) Title I, II and III services under an Indefinite Delivery Indefinite Quantity contract (IDIQ). GENERAL: CONTACTS: For further information call or e-mail: John Chaney, Contract Specialist, 307-344-2075, john_chaney@nps.gov. CONTRACT TYPE AND AWARD: The NPS may elect to award Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) to one or more A/E who respond to this request for qualifications. The Government intends to award multiple contracts for the same or similar services to two or more sources as a result of this presolicitation notice unless the Government determines, after evaluation of A/E qualifications, that only one A?E firm is capable of providing the services at the level of quality required. Each contracted firm shall be provided a fair opportunity to be considered for individual task orders. CONTRACT PERIOD: The base contract period will be for one year with options to extend for four additional one-year periods. ORDERING LIMITATIONS: The NPS will order work by issuance of firm fixed price or not-to-exceed task orders. The maximum ordering limitation will be $12,000,000 for the life of the contract. Each task order will not exceed $500,000. The $12,000,000 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. SUBCONTRACTING PLAN: In accordance with Public Law 97-507, the A/E will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The following NPS goals for 2006 are provided for information: small businesses 19%; small disadvantaged businesses 3%, women-owned small businesses 5%, veteran-owned small businesses 3%, service-disabled veteran-owned small businesses 3%; HUBZone certified firms 3%, 8(a) certified small businesses 2.5%. A subcontracting plan is not required with the Phase I submittal; however, contract award will be contingent upon negotiation of an acceptable subcontracting plan. SCHEDULE: All dates are tentative and may change. Issue Presolicitation 9/27/06; Qualifications due 10/30/06; Notification of phase I selected firms 11/6/06 - 11/10/06; Interviews 11/27/06 - 12/8/06; Issue Request for Proposal 12/11/06 - 12/18/06; Proposal due 12/22/06 - 12/29/06; Award Contract 1/12/07 - 1/19/07. INDEMNIFICATION: The NPS 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. BRIEF DESCRIPTION OF THE PROJECT SCOPE: REQUIRED SERVICES: The services to be provided will be primarily Pre-Design, Compliance, and Supplemental Services (Title I Services), Design and Construction Documents (Title II Services), and Construction Management (Title III Services). All work and deliverables shall be stamped and sealed by Registered Professionals. Title I Services: Services in this category may include, but are not limited to, the preparation of conceptual, schematic, and preliminary design documents. This may include site and feasibility investigations; laboratory testing; pilot testing of water treatment systems; surveying; geotechnical studies; drilling of test/pilot wells; investigation and analysis of existing systems; research and analysis of pertinent Federal, State, and local regulations and codes; permitting; value analysis (engineering) and preliminary design, including alternatives analysis, schematic design and design development; preliminary drawings; and value and design analysis, including acquisition of data pertaining to local construction practices and material availability, outline specifications, and preliminary construction cost estimates; comparability cost analysis; NEPA and Section 106 Compliance; and peer review of NPS in house or other A/E designs. Title II Services: Services in this category may include, but are not limited to, the preparation of design development documents, construction drawings, and construction specifications and preparation of construction cost estimates for civil/environmental/sanitary engineering projects, including repair, rehabilitation and modification of existing buildings, roads with associated parking, and utility systems; and peer review of NPS in-house or other A/E designs. Final construction documents (i.e., plans and specifications) must be furnished to the NPS in an electronic format capable of being transmitted over the Internet to the general public via electronic commerce. Title III Services: Services in this category may include, but are not limited to, construction management services, which include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. This includes construction observation, review of submittals, value engineering, site visits, field testing, preparation of operation and maintenance manuals, construction support, and consultation during construction. Much of the work to be performed in historic buildings and sites will require continuous attention to compliance with historic preservation guidelines, techniques, and oversight. PROJECT TYPES: Projects may include, but are not limited to: A. Water supply, treatment, distribution, and storage systems; B. Wastewater collection, treatment, and disposal facilities; C. Wastewater reclamation and reuse (both potable and nonpotable facilities); and D. Water and wastewater pumping facilities. As an example of the size of projects for Parts A through D, above, the size will range from very small (5,000 gallons per day capacity) to larger (over one million gallons per day capacity). Complexity will range from that of groundwater wells with disinfection to complete treatment facilities for surface water sources, and from that of on-site septic tank/drainfield systems to wetlands, lagoons, alternative and/or advanced wastewater treatment processes, and conventional wastewater treatment facilities. Projects may also include, but are not limited to: E. Rehabilitation and new construction of Visitor Centers, Administrative Facilities, Maintenance Facilities, Comfort Stations, Residences, Campgrounds, Utility Infrastructure, Marine Facilities and other structures and facilities; F. Roads, intersections, and parking areas; G. Surveying may include, but is not limited to, ground surveys, boundary surveys, aerial photography and aerial topographic surveys, global positioning systems (GPS) surveys, preliminary and final design layouts, construction layouts, as-built surveys, hydrographic and hydrologic surveys, and technical assistance; H. Drainage and stormwater management systems; I. Environmental Engineering and Compliance Permitting, including hazardous materials condition assessments and testing, underground storage tanks and system appurtenances, and air and water quality monitoring systems; J. National Environmental Policy Act (NEPA) and Section 106 Compliance; and K. Geotechnical Engineering. PROJECT LOCATIONS: The primary area of project work and task orders will be located throughout Yellowstone National Park. In addition, contract(s) shall allow for issuance of individual task orders for projects within areas administered by the NPS in the states of Wyoming, Montana, Colorado, and Utah. ORGANIZATION: The lead firm(s) selected for contract award will be predominately Civil, Environmental and Sanitary design firm(s) as the majority of services to be performed under this contract(s) will be Civil/Environmental/Sanitary in nature. In order to maximize competition, the NPS is encouraging joint venture arrangements as well as prime/subcontractor relationships for this solicitation. REQUIRED DISCIPLINES: Required disciplines include professionals registered as Civil Engineers, Traffic Engineers, and Environmental/Sanitary Engineers. Subconsultant disciplines, which may be required for some projects include professionals registered in structural, electrical, mechanical, hydrologic, fire/safety, and process/instrumentation engineering; surveyors; geotechnical engineering; architecture; landscape architecture; construction management and cost control/estimating. Environmental assessment personnel may coincide with other professionals previously listed and also may include subject matter experts in the resources affected by the action. Incidental services, e.g. AutoCAD drafting, word processing, cost estimating, etc., may be required in the performance of specific task order requirements. SUSTAINABLE DESIGN: The NPS 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 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 facilities. REGISTRATION / LICENSING: Where applicable, the listed disciplines shall be licensed / registered to practice in the state in which the project is located. The facilities in Yellowstone National Park are located in the states of Wyoming and Montana. At the time of contract award the disciplines shall be or shall hold reciprocity eligibility to become licensed to practice in the states identified above. In addition where applicable the listed disciplines shall meet the Secretary of the Interior's Professional Qualification Standards. At least one person within the disciplines on the A/E's team shall be a LEED accredited professional. PERIOD OF PERFORMANCE: Periods of Performance shall be noted in each individual task order. Period of Performances may extend over several fiscal years. REGULATIONS: The A/E shall be responsible for compliance with all federal, state and local regulations, codes and policies. SUBCONSULTANTS: In the course of doing business with A/E firms under contract with the NPS, the NPS 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, the NPS will ensure that the prime is involved in all discussions and all correspondence is routed through the prime. The prime shall not be granted an administrative handling or coordination fee on subconsultant's services. SELECTION / EVALUATION / AWARD PROCESS: SELECTION PROCESS: A/E selection and award will be completed in three phases as follows: Phase I: a) Interested firms shall submit their qualifications to perform the services noted above. b) An NPS evaluation panel will evaluate each company's qualifications in terms of the evaluation criteria noted below. Based upon their evaluations the panel will select a minimum of three firms for interviews. Phase II: a) An interview will be conducted with each of the firms selected in Phase I. During the interview the A/E teams shall present their qualifications. Presentations shall address each the evaluation criteria. b) Based upon all information obtained the evaluation panel will provide to the Contracting Officer a final selection list which states in order of preference three firms considered most highly qualified to perform the work. Phase III: a) The Contracting Officer will issue a Request for Proposal to the highest ranked A/E firm. b) The A/E firm shall prepare and submit a proposal to the NPS. The proposal shall include unit pricing for the stated services as well as a subcontracting plan if applicable. c) The NPS and the A/E firm shall attempt to negotiate a mutually satisfactory contract. If a contract cannot be negotiated, the contracting officer shall initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract has been negotiated. EVALUATION CRITERIA: Evaluation and selection of the firm will be based on the following evaluation criteria, listed in descending order of importance: 1) Demonstrated professional qualifications, professional registration, technical expertise, and experience of the firm, including all principles and key staff of the firm, its consultants, and project personnel, with projects of types described both in urban and remote locations. Emphasis will focus on familiarity with and project experience in applying principles of sustainability in climatic regions such as high mountains, and heavy snow areas, for the types of projects described. Emphasis will also focus on utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings. 2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Demonstrated good judgment in selection of treatment processes that are appropriate for level of staffing, remoteness of facility, extreme climatic conditions, and other factors. 3) Demonstrated project management experience and expertise with integrated design, with an emphasis on coordinating multidisciplinary teams, sub-consultant working relationships, establishment of up-front environmental goals, whole systems approach and follow-through. Demonstrated ability of the firm or organization to communicate, coordinate and facilitate work expediently. Demonstrated ability to design portions of a multidisciplinary design project independently, to participate in reviews, and to facilitate coordination into a multidisciplinary design project. Demonstrated capacity to respond to short time frames and accomplish multiple simultaneous projects within desired schedules, while maintaining a high standard of quality of work and cost control. 4) Specific past performance on previous architect/engineering work performed for federal, state, and local government agencies, and private industry based on the quality of the A/E's work and the A/E's history of meeting performance schedules and budgets. 5) The primary area of project work is Yellowstone National Park. The A/E shall be located in the general geographical area of Yellowstone National Park and shall possess knowledge of the locality. EVALUATION OF MULTIPLE AWARDS: In addition to other factors, Statements of Qualifications will be evaluated on the basis of advantages and disadvantages to the NPS that might result from making more than one award (i.e. multiple awards). SUBMISSIONS: CONTENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Form 330, Part 1 for each of the required disciplines, Standard Form 330, Part 2 for the A/E team as a whole, and an organization chart of the team. At a minimum the organization chart shall include the following information for each discipline: technical expertise, firm name, names of key personnel. Submission of any additional supporting material is encouraged, but only to the extent that it substantiates the information stated on the Standard Form 330. FORMAT: It is recommended that submissions be spiral bound and developed and assembled in a manner that addresses the Evaluation Criteria. Provide three copies of all submitted information. DUE DATE / TIME: Firms shall submit their qualifications so as to insure they are delivered by 5:00 p.m. local time, October 30, 2006. DELIVERY: E-mail or fax submissions will NOT be accepted. Submissions shall be mailed or delivered to National Park Service, Mammoth Supply Center, Yellowstone National Park, WY 82190.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2331115)
 
Place of Performance
Address: Yellowstone National Park
Zip Code: 82190
Country: USA
 
Record
SN01158308-W 20061001/060929221128 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.