MODIFICATION
Z -- GATE - 201049A, Sandy Hook Dispatch Center Replacement - Amendment 1
- Notice Date
- 7/9/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
- ZIP Code
- 80228
- Solicitation Number
- P15PS00588
- Archive Date
- 7/25/2015
- Point of Contact
- John Chaney, Phone: (303) 969-2053
- E-Mail Address
-
John_Chaney@nps.gov
(John_Chaney@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment #1 PROJECT TITLE: GATE 201049A - Sandy Hook Dispatch Center Replacement SOLICITATION #: P15PS00588 (Amendment #1 dated 7/9/15 is attached) GENERAL: The National Park Service anticipates awarding a firm fixed price design-build contract based upon the two phase selection process defined in Federal Acquisition Regulations (FAR) Subpart 36.3. This notice represents solicitation of qualification statements as phase 1 of the 2 phase selection process. Design-Build firms that meet the requirements of this announcement are invited to submit qualification statements that address the phase 1 evaluation criteria noted below. The Government shall evaluate responses that meet the requirements of this announcement to determine the most qualified design - build firms relative to the phase 1 evaluation criteria. Up to five of the most highly qualified design-build firms will be short-listed to participate in phase 2 of this design-build selection process. In phase 2, those firms short-listed will be sent a Request for Proposal (RFP) which addresses the phase 2 source selection process. Each short-listed offeror will be required to submit their phase 2 proposal within 30 days after issuance of the phase 2 RFP. The Government shall evaluate phase 2 proposals and award a single contract to the offeror whose proposal provides the "best value" to the Government. Architectural / Engineering firms that were involved in the preparation of the Government's Design - Build RFP documents for this project are not eligible to participate in the subsequent design-build process. QUALIFICATION STATEMENT SUBMITTAL: Design - Build firms that meet the requirements of this announcement shall submit their responses to this request for qualifications so as to insure the responses are received by Robin Fuchs no later than 4:00 pm 7/10/15. Design - Build firms shall submit 3 hard copies of their qualification statements and a thumb drive that includes an electronic version of their qualification statements to the following address: National Park Service, Denver Service Center Attention: Robin Fuchs 12795 W. Alameda Pkwy Lakewood, CO 80228 PROJECT SCOPE: This is a Design/Build project to replace an existing dispatch center that was once located at the Sandy Hook Unit of Gateway National Recreation Area (GATE). The new dispatch center will be constructed at building 210 at the Fort Wadsworth Unit in Gateway National Recreation Area, Staten Island, New York. A portion of the building will be remodeled into a modern, communications center where the National Park Service and the United States Park Police will operate a consolidated and state-of-the-art Dispatch Center. The contractor will also make radio improvements at the Eastpointe Condominiums repeater site located in Highlands, New Jersey. A small amount of work is also located at the Sandy Hook Unit of Gateway National Recreation Area (GATE) in New Jersey. The work includes but is not limited to the following components: Remodel of a portion of an existing building into a fully equipped dispatch center of approximately 3,500 S.F.; addition of a back-up emergency generator (single fuel, natural gas) with a masonry (concrete and brick) enclosure; installation of a 100-foot high freestanding radio monopole tower; and a small remodel for staff relocation to building 210. The new comm center includes: Heating ventilating and air conditioning, electrical, plumbing, fire alarm and sprinklers, window frames with bullet-proof glazing, fencing, and interior room finishes, dispatch operator consoles and furniture, voice logging system, Instant Recall Recorders (IRRs), time synchronization and TDD/TTY device for the deaf, telephone system, alarm signal monitors from buildings and utilities at Sandy Hook, a Direct Incident Command Center (ICC) room, and project close-out including commissioning and training. Work also includes radio improvements at a single repeater site located on the roof of the Eastpointe Condominiums. Work at this location includes but is not limited to installation of an outdoor climate controlled cabinet, VHF Base stations, VHF antennas, VHF combiner, VHF multi-coupler, and a microwave link from Eastpointe to Fort Wadsworth, a microwave link from the dispatch center at Fort Wadsworth to Sandy Hook. PLACE OF PERFORMANCE: Gateway National Recreation Area - Sandy Hook Unit, Highlands, Monmouth County, New Jersey, United States ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $3,500,000 and $5,000,000. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. SET-ASIDE: This acquisition has been set-aside for small business concerns. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 236220 and the small business size standard is $36,500,000 BONDS: All offerors will be required to submit a bid bond for 20% of their total proposed price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 585 calendar days following contract award. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled during phase 2 of the source selection process. It is currently anticipated the site visit will be conducted on or around 8/15/15. Specific details regarding the site visit will be provided in the solicitation. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website. SOURCE SELECTION PROCESS: The Government shall conduct the source selection process in accordance with the Two-Phase Design Build Selection Procedures noted in Federal Acquisition Regulation (FAR) Part 36.3. Phase 1: The first phase of the process shall consist of a request for qualification statements issued on Federal Business Opportunities (FBO.gov). The request shall instruct interested Design - Builders to submit a qualification statement that addresses the Phase 1 evaluation criteria. Proposed pricing shall not be included in phase 1. The Government will evaluate phase 1qualification statements in order to determine the most highly qualified offerors. A maximum of 5 Design - Builders shall be selected to move forward to Phase 2. Those Design - Builders that are not selected to move forward to Phase 2 will be notified and thanked for their participation. Phase 2: The Government will then notify the Phase 2 Design- Builders of their selection and will request they submit a follow-up proposal that addresses the phase 2 evaluation criteria. Proposed pricing shall be included in phase 2 proposals. The Government will evaluate the phase 2 proposals. It is the Government's intention to award a single contract to the offeror whose phase 2 proposal provides the best value to the Government. PHASE 1 EVALUATION CRITERIA: A) General The Government will evaluate phase 1 qualification statements against the phase 1 evaluation criteria in order to determine the most highly qualified Design - Builders. A maximum of 5 Design - Builders shall be selected to move forward to phase 2. B) Relative Importance of Evaluation Factors: Each of the non-price factors are approximately equal in importance C) Factors 1. Prime Construction Contractor's Prior Experience (10 page maximum): The Offeror will be evaluated based upon the extent of their successful completion of similar projects. Offerors demonstrating greater experience in the areas noted below will be more favorably rated. Offerors shall present direct involvement in at least (5) projects completed within the past 10 years that best addresses the following. Offerors shall submit company experience, not experience of staff while employed with other companies. • Of similar size (cost & scope) • Of similar scope o Experience with planning, designing and constructing a dispatch center, providing emergency communications services to one or more public, federal or state agencies. Dispatch centers typically have a console system that interfaces to a public radio system and allows a dispatcher to communicate emergencies directly with all field workers, police officers, EMS personnel, and others in order to coordinate their activities and responses. o Offerors shall demonstrate whether or not the prime construction contractor has Design/Build. o Communication systems and operations experience, including: o Experience with links serving a general communication system made up of command, tactical, logistical, and administrative network functions o Knowledge of state-of-the art hardware, software, and code requirements for typical communication center functions (example: retransmission of alarms or other emergency information, NFPA-1221, etc.) o Developing dispatch requirements for the performance and quality of emergency services for communication systems installations • In similar working environment. Experience working in sensitive and historic environments such as or similar to National Parks will be rated more favorably). • Dealing with Federal Government processes and requirements (offerors having experience with National Park Service processes and requirements will be rated more favorably). • Other significant similarities 2. Designer Qualifications: Offerors shall submit a Standard Form 330 (SF-330) for their planned Architect and Engineers. Qualifications will be evaluated based upon the following criteria: • Design experience on projects of similar size • Design experience on projects of similar scope o Dispatcher center designers shall demonstrate direct involvement of at least three (3) new Dispatch Center projects during the last ten (10) years. The Land, Mobile, Radio (LMR) and Dispatch designers shall be performed by experienced people that are established in the Land Mobile Radio (LMR) Industry and shall have specific expertise in the design and implementation of public safety dispatch and radio systems as demonstrated by providing at least three (3) past experience references of similar projects in size and scope. • Offerors shall demonstrate whether or not the proposed designers have worked on previous projects with the Construction Contractor • Design experience on projects in similar environments • Design experience on projects dealing with Federal Government processes and requirements (offerors having experience with National Park Service processes and requirements will be rated more favorably). • Other significant similarities 3. Prime Construction Contractor's Past Performance (5 page maximum): The past performance of the offeror on projects similar in scope and complexity will be evaluated. Offerors demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated neither favorably nor unfavorably. The NPS may evaluate offerors' past performance based on references provided by the contractor; the Government's knowledge of offerors' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror. Offerors shall request the owner or owner's representative associated with past projects complete the attached Past Performance Reference Questionnaire or similar form. Offerors shall include the completed questionnaires in their qualification statements. The Government reserves the right to contact the listed references to obtain additional Past Performance information 4. Designers' Past Performance (5 page maximum): The past performance of the proposed project designers (Architect and Engineers) on projects similar in scope and complexity will be evaluated. Designers demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of an Designer without a record of relevant past performance or for whom information on past performance is not available, the Designer will be evaluated neither favorably nor unfavorably. The NPS may evaluate Designers' past performance based on references provided by the contractor; the Government's knowledge of Designers' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror. Offerors shall request the owner or owner's representative associated with Designers' past projects complete the attached Past Performance Reference Questionnaire or similar form. Offerors shall include the completed questionnaires in their proposal. The Government reserves the right to contact the listed references to obtain additional Past Performance information." ATTACHMENTS: 1. Phase 1, Past Performance Questionnaire 2. Phase 2, Draft Solicitation - Standard Form SF-1442 3. Phase 2, Draft Solicitation - Clauses & Provisions QUESTIONS: For questions please contact Robin Fuchs at Robin_Fuchs@nps.gov and John Chaney at John_Chaney@NPS.Gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P15PS00588/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area - Sandy Hook Unit, Highlands, Monmouth County, New Jersey, United States, Highlands, New Jersey, United States
- Record
- SN03791787-W 20150711/150710000051-118ffed9452135d6ca9c91ceceb2f428 (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 |