Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Contract for mechanical, electrical and civil design services

Notice Date
3/18/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
A2000092100
 
Archive Date
3/18/2010
 
Point of Contact
Jennifer D. Dansby Contract Specialist 3039692128 jennifer_dansby@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL The National Park Service (NPS) Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado is seeking qualified small business firms(s) or organizations to provide mechanical, electrical and civil design services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the Pacific West Region of the NPS, which includes the states of California, Idaho, Nevada, Oregon, Washington, Hawaii and islands of the outer Pacific (primary coverage area). 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 professional state's licensure and registration requirements can be met. In order to be considered for this IDIQ contract, firm(s) must demonstrate they possess all professional qualifications, including individual professional licenses, certifications, etc. for those states listed in the primary area of coverage. Firms relying on ACEC or other means to meet this requirement must demonstrate that each state accepts the proposed method of obtaining additional registration for each discipline. 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 states if selected. The NAICS Code for this requirement is 541330 with a corresponding size standard of $4.5 million gross receipts, averaged over the preceding 3 years. (the size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in ORCA https://orca.bpn.gov/ 4.1201 - Policy.) 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 concern. The lead firm(s) selected for contract award will be predominately an engineering firm specializing in mechanical, electrical or civil design services. In order to maximize competition, the National Park Service will encourage prime/sub-consultant relationships. The Government may elect to award a single task order contract or 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 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 sensitivity, quality of deliverables, timeliness, geographic location, and other factors (i.e., knowledge of local construction practices, natural and cultural compliance, permitting, capability to utilize construction/project management software for timeline scheduling, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. With prior approval of the Contracting Officer assigned responsibility for administration of the contract, any duly authorized Contracting Officer assigned to the National Park Service can place task orders, approve payments, and authorize modifications to task orders issued under the contract.Task Orders may be placed by other Federal agencies, provided an Interagency Agreement or Memorandum of Understanding authorizing such use exists between the National Park Service and the Federal agency requesting the services. Use of this contract by other Federal agencies must be approved in advance by the Contracting Officer assigned responsibility for administration of this contract. The task orders issued by other Federal agencies must be in accordance with the requirements, terms, conditions, and within the scope and intent of this contract. TYPES OF PROJECTS Projects may include but are not limited to the engineering component for design of the following: site planning and design; or design for interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, utility systems, housing, campgrounds, roads, and parking. REQUIRED DISCIPLINES Required disciplines include, but are not limited to, professionals registered as mechanical engineers, electrical engineers and civil engineers. Additional disciplines which may be required for some projects include professionals registered as architects, engineers, landscape architects and Geotechnical Engineers. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, Microsoft Office (including Microsoft Project) applications, Adobe Acrobat, copying/printing, material support for field-assigned personnel, etc., may be required in the performance of specific task order requirements. In addition removal and replacement of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. CONTRACT PERIOD 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 $5,000,000.00 for the life of the contract. The $5,000,000.00 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. SUSTAINABLE DESIGN The U.S. Government 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 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 certifications and memberships in professionally recognized organizations that promulgate sustainable practices. EXECUTIVE ORDER In accordance with Public Law 100-418 and Executive Order 12770, as of January 1994, all federal design work will be done using the metric system of weights and measures. Work done under this contract may be subject to this requirement. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily Research, Inventory, (Project Planning and Compliance Services), Programming and Site Analysis, and Supplemental Services (Pre Design Services), Design and Construction Documents (Design Services) and Construction Management (Construction Management Services). All professionals shall be registered in the States in which the work is performed or be eligible to obtain state licensure prior to issuance of task orders for work in state(s) where the AE is not licensed. A)Project Planning And Compliance Services: 1. Research and 2. Inventory B)Pre-Design Services: "Programming (Site Analysis, Site Program, and Architectural Program)"Contextual Analysis"Supplementary Services C)Design Services:"Schematic Design"Value Analysis and Value-based decision making"Fundamental and Enhanced Commissioning Authority per LEED, USGBC"Design Development"Construction Documents"Construction SupportD)Compliance Services:"Research"Inventory, Resource Surveys, Wetland Delineations"Historic Structure and Cultural Landscape Reports and Assessments"NEPA Compliance"106 and NHPA Compliance"Other Environmental Compliance (i.e. fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations)E)Cost Estimating, including Life Cycle Costing and Total Cost of OwnershipF)PermittingG)Seismic Evaluation and DesignH)Construction Management A documented internal Quality Control program shall be illustrated and applied to all services performed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at - http://workflow.den.nps.gov/staging/6_Design/design_bid_build.htm. 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 A/E will need to have direct contact with Federal, State or local regulatory agencies to assure compliance with regulations, codes and policies. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, 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. Prime contractors have indicated their concerns with the ceiling amounts and the effect these "pass-throughs" would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the Denver Service Center will continue to acquire such specialized services. The DSC does not intend to allow the prime consultant an administrative handling or coordination fee on subconsultant's services. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria for mechanical, electrical and civil design services, listed in descending order of importance: 1.Demonstrated ability, experience and technical competence in the type of work required under this contract, (i.e., sustainable design, seismic design, snow loading design, natural resources processes and sensitivities, Architectural Barriers Act Accessibility Standards (ABAAS), 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 the established schedules, while maintaining a high standard of quality and controlling costs. 2.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, as well as aesthetic considerations appropriate for National Park settings. 3.Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through including commissioning and LEED certification. Include experience working with exhibit and interpretive designers. 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. 4.Demonstration of the quality and effectiveness of the firm's work and quality review and assurance procedures. Include examples of Quality Control process records demonstrating effectiveness of firm's procedures. 5.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. The evaluation will result in a short list of at least three firms that are considered the most highly qualified. Firms on the short list will then be interviewed and provided an opportunity to make a presentation to the selection team. Short listed firms should be prepared to discuss all aspects of the evaluation criteria list above and demonstrate their ability to fulfill project requirements. 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). 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. SUBMISSION REQUIREMENTS: Small businesses that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. 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. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. 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. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 3:00 p.m. Mountain Time, April 17, 2009, at the following address: National Park Service; Denver Service Center, 12795 West Alameda Parkway, Lakewood, Colorado 80228. Note: This is not a Request for Proposals.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f19c17e4dc788f7849159eb6c701294&tab=core&_cview=1)
 
Place of Performance
Address: Primary area of coverage is the Pacific West Region of the National Park Service. See detail for complete requirements.<br />
Zip Code: 802252587<br />
 
Record
SN01771637-W 20090320/090318215307-3f19c17e4dc788f7849159eb6c701294 (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.