SOURCES SOUGHT
C -- A/E Design Services - National Park Service Intermountain Region
- Notice Date
- 5/9/2018
- 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
- 140P2018R0083
- Point of Contact
- Marlene Haussler, Phone: 303-969-2159
- E-Mail Address
-
marlene_haussler@contractor.nps.gov
(marlene_haussler@contractor.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 Multi-Disciplinary Architect-Engineering 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 (DSC), 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential Small 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 Intermountain Region which includes the states of Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Oklahoma and Texas (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. In order to do business with the Federal Government all firms must 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 employees of the concern. 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 an architecture and engineering firm specializing in contemporary and/or historic architecture and landscape architecture, and with in-house and/or sub-contracted multi-disciplinary engineering support. TYPES OF PROJECTS Projects may include but are not limited to research, evaluation, analysis, strategic planning, inventory and monitoring, compliance and permitting (including environmental, construction, NEPA, and Section 106), drainage and storm water management systems, floodplain delineations, geotechnical evaluations and design, condition assessments, structural evaluations, interpretive exhibits, stabilization, preservation, rehabilitation of historic structures, accessibility upgrades, site planning, trail planning, design including interior design, cultural landscapes or design and design support during construction, design for historic/modern-day structures, museums, curatorial facilities, revetment and/or seawalls, shoring, security improvements, demolition, visitor/interpretive centers, administrative facilities, maintenance facilities, electrical systems (including high and low voltage), fire protection systems, mechanical systems, security systems, seismic retrofits, small scale and renewable energy systems, surveying (including boundary, hydrographic, and land), total building commissioning, traffic and transportation systems/facilities, water and wastewater systems, multi- and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, multi-use trails, marine and coastal facilities, and memorials. DISCIPLINES Required disciplines include, but are not limited to, professional registered architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Civil Engineering, Commissioning, Construction Engineering, Construction Management and Inspection, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Electrical Engineering/Licensed Electrical Administrator, Facility Condition Assessment Specialists, Fire Protection Engineering, Geotechnical Engineering, Land Surveying, Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil), Interior Design, LEED Accredited Professional, Lighting Design, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists. Additional disciplines which may be requested for some projects include registered, certified, or professionals qualified in the following areas: Acoustics, Air quality, Anthropology, Archeology, Architectural Barriers Act Accessibility Standards (ABAAS), Cultural and Natural Resources, Architectural Conservation, Botany, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Safety, Construction QA Inspections, Economists and Socioeconomists, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Historic Architecture, Historic Landscape Architecture, Industrial Hygiene, Interpretation, Land and Hydrographic Surveying, Landscape History, Marine Engineering, NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Transportation and Traffic Engineering, Audio/Visual quality, Waterproofing, Wetlands, and Wildlife biology Other disciplines not listed but required for completion of a specific task associated with a specific project will be added by modification Incidental services, e.g., AutoCAD drafting and 3D modeling, Building Information Modeling (BIM), GIS, visual simulation, Microsoft Office applications, Adobe Acrobat, copying/printing, 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. 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: • Demonstrate that you possess or are able to possess within 30 days of being notified of most highly qualified status, professional qualifications of the required disciplines including individual professional licenses, certification, etc. for those states listed in the primary area of coverage. 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. • 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. • Description of how capability requirements will be met. • Describe specifically how you intend on meeting the requirements for multiple task orders at various locations within the primary area of coverage. Responses to this Sources Sought Notice are due by 3:00 p.m. Denver time on May 25, 2018. Responses shall be submitted by EMAIL ONLY with subject titled "Sources Sought A/E Design Services IDIQ - IMR Region Email responses to the following email address: Marlene_Haussler@contractor.nps.gov (303 969 2159) Do not submit SF-330, Architect-Engineer Qualifications 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/140P2018R0083/listing.html)
- Record
- SN04916746-W 20180511/180509230844-9a2cacf4da8df337d0c70b2a6e8ea75c (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 |