SOURCES SOUGHT
C -- Architecture IDIQ Alaska Region
- Notice Date
- 2/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- 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
- 140P2018R0046
- Archive Date
- 3/9/2018
- Point of Contact
- Sharon Miner, Phone: (303) 969-2562
- E-Mail Address
-
sharon_miner@nps.gov
(sharon_miner@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice, not a Solicitation or Offer to Purchase. This announcement is intended solely to investigate the breadth of the small business, architect/engineering firm community and identify those small business, predominantly architectural firms, that have the capability of performing as the lead firm in various architect-engineer projects for the National Park Service. The National Park Service (NPS) Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESS SOURCES to include Certified 8(a), Certified HUBZone, Certified Service Disabled Veterans, and Woman-Owned Business Sources for the following work: Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the NPS's Alaska Region which includes the state of Alaska (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. The NAICS Code for this requirement is 541310 with a corresponding size standard of $7.5 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 SAM https://www.sam.gov. SMALL BUSINESSES: The requirement in this sources sought inquiry is that for a firm to be in compliance with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance shall be performed by small businesses. The 50% limitation will be based on the total amount paid to all small business concerns. This includes amounts paid in subcontracting arrangements with other small businesses. 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 $10,000,000.00 for the life of the contract. The $10,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The lead firm(s) selected for contract award will be predominately a general architectural firm specializing in contemporary and/or historic architecture and landscape architect and with in-house and/or subcontracted multi-disciplinary engineering support. In order to maximize competition, the National Park Service is encouraging prime/subconsultant relationships for the solicitation. TYPES OF PROJECTS Projects may include but are not limited to design for infrastructure, interpretive structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, utilities, multi and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, and marina facilities; research, evaluation, inventory, stabilization, preservation and rehabilitation of historic structures; site planning and design; and cultural/historic landscapes. REQUIRED and ADDITIONAL DISCIPLINES: A) Required disciplines include, but are not limited to, professionals registered (where applicable) or who specialize in: 1. Architecture 2. Civil Engineering 3. Commissioning 4. Construction Engineering 5. Electrical Engineering 6. Fire Protection Engineering Specialist 7. Geotechnical Engineering 8. Historic Architecture 9. Industrial Hygiene 10. Landscape Architecture 11. LEED Accredited Professional 12. Mechanical Engineering 13. Structural Engineering 14. Architectural Barriers Act Accessibility Standards Specialist 15. Construction Management 16. On-site Inspection Services 17. Cost Estimating B) Additional disciplines which may be required for some or all projects include professionals registered (where applicable) or who specialize in the following disciplines: 1. Arctic Engineering Specialist 2. Avian Biology (with emphasis on consultation and field investigation related to the Migratory Bird Treaty Act) 3. Electrical Administrator (individual licensed as an Electrical Administrator in the Primary Geographic Area) 4. Exhibitry/Media Designer 5. Hazardous Materials Abatement Specialist 6. Interior Designing 7. Land Surveying 8. Lighting Design Specialist 9. Marine Architecture 10. Materials Testing (examples include field and laboratory soils testing and classification; field and laboratory concrete testing, structural load testing, etc.) 11. Mechanical Administrator (individual licensed as a Mechanical Administrator in the Primary Geographic Area) 12. NEPA Compliance Specialist 13. Sanitary Surveying (individual licensed as a Sanitary Surveyor in the Primary Geographic Area) 14. Welding Inspection 15. Renewable Energy Specialist Other disciplines not listed but required for completion of a specific task associated with a specific project may be added by modification. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Office 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. SUBMISSION: In order to be considered capable for award of this acquisition, firms responding to this notice must submit a narrative, not exceeding 10 pages, addressing and demonstrating the following: • Description of how capability requirements above will be met. • Possess all professional qualifications, including individual professional licenses, certifications, training, education, experience, etc. for the state listed in the primary area of coverage, for REQUIRED disciplines. Professional registrations are not required for the secondary area at this time but evidence must be shown the candidate firm is eligible to become registered in the secondary area states if selected. Professional registrations are not required for the ADDITIONAL disciplines at this time. • Identify/certify business status under NAICS 541310 and socio-economic group. • Demonstrate firm's ability to perform work per FAR clause 52.219-14, ability to self-perform at least 50% of all work, including percentage and description of self-performed work over the previous five (5) years. • Firms shall describe specifically how they intend on meeting the requirements for multiple task orders at various locations within the primary area of coverage. Do not submit SF-330, Architect-Engineer Qualifications. Responses to this Sources Sought Notice are due by 3:00 p.m., Denver time, on February 22, 2018. Responses shall be submitted by email only with subject titled "Sources Sought - Architecture IDIQ Alaska Region" to the following email addresses: kevin_ralston@contractor.nps.gov and Sharon_miner@nps.gov. The Government anticipates conducting a competitive acquisition for this requirement. Analysis of the quantity and quality of responses to this sources sought announcement will be considered in the market research being conducted and in the making of any small business set-aside determination for this requirement. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0046/listing.html)
- Place of Performance
- Address: Alaska, United States
- Record
- SN04818455-W 20180211/180209231043-c2da9468b4d7be4583edfda651efc675 (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 |