Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SOLICITATION NOTICE

C -- IDIQ AE SERVICES CIVIL ALASKA

Notice Date
5/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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
140P2018R0085
 
Archive Date
6/27/2018
 
Point of Contact
Marlene Haussler, Phone: 303-969-2159, John Vallejos, Phone: (303) 969-2592
 
E-Mail Address
marlene_haussler@contractor.nps.gov, john_vallejos@nps.gov
(marlene_haussler@contractor.nps.gov, john_vallejos@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified Small Business firm(s) or organization(s) to provide Architect-Engineer (A/E) Civil/Construction Engineering and supporting services under an Indefinite Quantity contract for a variety of projects within National Park Service units throughout the Alaska Region which includes the State of Alaska. Work performed under an IDIQ task order as contemplated in this Request for Qualifications must be performed by individuals licensed or certified in the state in which the work is to be performed. It is difficult to anticipate ahead of time which disciplines NPS may require services to be performed under any given task order. Therefore firms, either on their own or in combination with subcontractors, provided compliance with the limitation on subcontracting is met, must have or be eligible to acquire professional qualifications, including licenses and certifications, in any of the required disciplines in the primary area of coverage (State of Alaska) as necessary for the completion of a task order within 30 days of being notified of most highly qualified status. This restriction is necessary to meet licensure and certification requirements as well as to avoid undue delay in meeting agency requirements as they arise while taking into consideration concerns for human health and safety. As such, firms must demonstrate that they are or are capable of being or are eligible to be licensed or certified in the State of Alaska in any of the required disciplines within 30 days of being notified of most highly qualified status. The lead firm(s) selected for contract award(s) will be predominately a civil engineering firm specializing in Civil Engineering and possess other engineering capabilities identified in the disciplines described herein as “Required Disciplines”. Familiarity with the “Secretary of the Interior’s Standards for Archeology and Historic Preservations” and the related “Secretary of the Interior’s Standards for the treatment of Historic Properties” and the “Secretary of the Interior’s Standards for Treatment of Historic Properties with Guidelines for the treatment of Cultural Landscapes” as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles must be demonstrated. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the Source Selection Official’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, quality of deliverables, timeliness, geographic location, and other factors (i.e. knowledge of local construction methodologies and practices, natural and cultural compliance, permitting, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. This IDIQ contract is awarded and administered by the National Park Service (NPS) Denver Service Center (DSC). Task orders may be issued by the Denver Service Center and contracting activities throughout the Alaska Region. Contracting activities outside the DSC must first obtain permission from DSC personnel authorized to review and authorize such requests before a request for proposal is issued. All task orders must be within this contract’s scope and must comply with the terms, conditions and intent of this IDIQ contract. In addition all contracting activities outside the DSC must provide copies of the task order issued, the COR appointment letter for the task order, and any task order modifications executed. I. TYPES OF PROJECTS A. General Description. Projects may include, but are not limited to: engineering evaluation; stabilization; site planning and design; museums; visitor/interpretive centers; administrative facilities; maintenance facilities; utility infrastructure; multi and single family housing; comfort stations; campgrounds; roads and parking; vehicular and pedestrian bridges; rehabilitation of existing and historic structures or features; and marina facilities. B. Demonstrative Example 1 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with providing surveillance of a contractor constructing a new maintenance support facility and associated site improvements at a remote park location. The A/E could be asked to provide a generalist as a daily on-site inspector and specialists to perform special inspections. Services could include field collection and laboratory analysis of soil samples, Materials Engineer review of concrete mix designs, performing Structural Tests and Special Inspections under a Structural Engineer’s guidance, inspection of batch plant for conformance with ACI standards, and field confirmation testing of concrete. Services could also include a Welding Inspector performing on-site welding inspection or a licensed Electrical Administrator performing troubleshooting on the electrical system. Ancillary services could be logistical support for on-site activities, such as inspector housing and transportation, along with preparation of reports. During execution of the work, the construction contractor could create a situation that appeared to be a hazardous to humans and the A/E could be asked to provide the services of an Industrial Hygienist to evaluate and make recommendations. C. Demonstrative Example 2 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with the design of an access road, parking area, and trailhead at a remote park location. Services could include predesign services such as surveying and geotechnical investigation, followed by civil engineering design and production of construction documents. Services include a Certified Erosion and Sediment Control Lead to review implementation of storm water pollution prevention plan actions. D. Demonstrative Example 3 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with the design of a water treatment system for a public water system to be installed in a historic building at a remote park location. Services could include predesign services such as evaluation of source water quality, scoping meetings on and off site, development of alternatives, engineering specification of a packaged water treatment system, civil engineering design and construction documents for buried water utilities, permitting through the State of Alaska, with the services of a Historic Architect for consultation. E. Demonstrative Example 4 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be asked to provide the services of a licensed Sanitary Surveyor to perform sanitary surveys at several public water systems within a national park unit and make engineering recommendations for correction of deficiencies identified in the surveys. F. Demonstrative Example 5 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be asked to design a practical and safe small-scale fuel storage and dispensing facility for government vehicles at a remote arctic park location. The design would ensure compliance with all code requirements, while providing simple and safe opportunity for operating and using the facility. II. DISCIPLINES A. Required Disciplines: 1. Required engineering disciplines include, but are not limited to, registered professional engineers who possess professional licenses in the primary geographic and who are experienced at practicing each specific required engineering discipline in the primary geographic area. Specific engineering disciplines are: i. Arctic Engineering, ii. Civil Engineering, iii. Construction Engineering, iv. Geotechnical Engineering, v. Structural Engineering, vi. Materials Engineering. 2. Required disciplines also include professionals who possess certifications and who are experienced at practicing each of the following required disciplines in the primary geographic area: i. Construction Management, ii. On-site Inspection Services, iii. Cost Estimating, iv. Materials Testing (including field and laboratory testing/evaluation/classification of soils, concrete, asphalt, etc.). B. Additional Disciplines. Additional disciplines which may be required for some projects include professionals who are registered or certified in the Alaska Region and who are experienced at practicing each additional discipline in the geographic area. Additional disciplines include: 1. Architecture 2. Avian Biology (with emphasis on consultation and field investigation related to the Migratory Bird Treaty Act) 3. Commissioning 4. Electrical Administrator (individual licensed as an Electrical Administrator in the Primary Geographic Area) 5. Electrical Engineering 6. Hazardous Materials Abatement Specialist 7. Certified Safety Management Practitioner (CSMP) 8. Certified Industrial Hygiene 9. Land Surveying 10. LEED Accredited Professional 11. Marine/Naval Engineer & Architecture 12. Mechanical Administrator (individual licensed as a Mechanical Administrator in the Primary Geographic Area) 13. Mechanical Engineering 14. Sanitary Surveying (individual licensed as a Sanitary Surveyor in the Primary Geographic Area) 15. Welding inspection/testing C. Other disciplines not listed but required for completion of a specific task associated with a specific project will be added as necessary D. 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. III. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A. Pre-Design Services: http://www.nps.gov/dscw/dbbpredesign.htm http://www.nps.gov/dscw/dbpredesign.htm http://www.nps.gov/dscw/dbbschematic.htm https://www.nps.gov/dscw/dschematic.htm · Programming ( Site Analysis, Site Program, and Facility Program ) · Integrated Design Narrative · Supplementary Services B. Design Services: http://www.nps.gov/dscw/dbbdesdevelop.htm http://www.nps.gov/dscw/dbbcondocs.htm · Schematic Design · Value Analysis and Value-based decision making · Design Development · Construction Documents · Construction Support · Commissioning · Sustainability/LEED documentation C. Compliance Services: · Environmental Compliance (i.e. Migratory Bird Treaty Act, National Environmental Protection Act, National Historic Protection Act, etc.) · Regulatory Compliance (i.e. water, sewer, solid waste, hazardous materials abatement, etc.) · Sanitary Surveys (Alaska Department of Environmental Conservation) D. Cost Estimating E. Permitting (i.e. ADEC water treatment systems permits, wetlands fill permits, wastewater discharge permits, hazardous materials transport/disposal permits, etc.) F. Construction Field Engineering (i.e. construction engineering, inspection, laboratory testing, on-site testing, safety engineering, scheduling, surveying for verification, etc.) G. Facilities Engineering (i.e. facility condition assessments, facility maintenance program design/implementation, facility energy use analysis, etc.) H. Claims Avoidance Consultation/Review A documented internal Quality Control program shall be 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://.nps.gov/dsc/workflows/index.htm IV 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 and “green” building systems. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects, green building awards, LEED certified professionals on staff as part of the team, and/or use of innovative “green” technologies in design. EXECUTIVE ORDERS, LAWS, AND REGULATIONS Comply with Design Imperatives at http://www.nps.gov/dscw/dbbgeneral.htm plus all applicable Executive Orders, laws, and regulations. V 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 $2,000,000.00 for the life of the contract. The $2,000,000.00 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 $350,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $10,000.00. VI 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 and local regulatory agencies to assure compliance with regulations, codes and policies. The National Park Service places a strong emphasis on teamwork and team building. Team members often include contracting staff, contracting officer’s representatives, project manager, park staff, concessioners, engineering consultants, project inspectors, construction contractors, and construction subcontractors. The A/E will need to have direct contact with team members. VII SPECIALIZED SERVICES In the course of doing business with Architect/Engineering 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, NPS 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 NPS will continue to acquire such specialized services in this manner. The NPS does not allow the prime consultant an administrative handling or coordination fee on sub-consultant’s services. VIII TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: A. Demonstrate ability and experience with construction engineering (including field engineering, constructability reviews, general inspection, special inspection, coordination and execution of testing, monitoring, construction safety, and quality assurance) for remote projects in rural Alaska, with a variety of types of construction, documenting the quality of the firm's work, the firm's history of responding to emerging needs/challenges on short notice, the firm’s history of meeting performance schedules/budgets, and the firm’s innovative problem-solving to meet the client’s needs. B. Demonstrate ability to produce practical, constructible, and maintainable designs and systems, with an awareness of the strengths and limitations of various design approaches considering the capacity of the National Park Service to operate and maintain systems and/or components in the climatic conditions in the primary geographic area. C. Demonstrate experience and technical competence in preparing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources and to the earth's managed resources. This includes, to the maximum extent practicable, designing improvements in consideration of: available materials, construction techniques, and logistics; specifying the use of recycled content material and recovered materials; and providing designs that promote energy conservation, pollution prevention, and waste reduction. Emphasis will focus on familiarity with and project experience in applying principles of sustainability for the types of projects described and utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings. D. Demonstrate ability to effectively build a team-working environment on projects with individuals representing multiple entities including private companies (such as contractors), various programs or departments within NPS, Federal/State/local agencies, and other involved concerns. E. Demonstrate professional qualifications of individuals listed to perform under the contract, including individual licenses, certifications, and experience in the work proposed in the primary geographic area, along with examples and demonstrated effectiveness of the firm’s quality control process. Firms that meet the licensing and certification requirements for the State of Alaska at the time of submission are desired and will be evaluated more favorably than those that do not currently meet the licensing and certification 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). IX SUBCONTRACTING REQUIREMENTS In accordance with FAR Clause 52.219-14, LIMITATOINS ON SUBCONTRACTING, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the selected firm. For this procurement, percentage of work performed/costs incurred by all small business firms under the contract shall be included in meeting the 50 percent requirement. After the basic IDIQ contracts are awarded, subsequent task order awards under them will require proposals clearly delineating the above mentioned 50 percent or more costs. X SUBMISSION REQUIREMENTS Firms that fully meet the requirements described in this announcement are invited to submit: A Letter of Interest; A completed Standard Form 330 for the proposed team (including Parts I and II); A completed Standard Form 330 Part II for each firm (prime and subconsultants); An organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and the professional licensure/certification of key personnel. It is NOT necessary to identify proposed team members for those Additional Disciplines identified in Section II.B above. Submission of any additional supporting material is encouraged, but only to the extent that it substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. Firms shall submit two hard copies AND one electronic copy as directed herein. The electronic copy shall be submitted on a USB thumb drive (Compact Disks (CD) shall not be submitted). Insure the appropriate information is included in all copies. It is recommended that hard copy submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received solely by email will NOT be accepted. Submissions received via 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. The NAICS code for this requirement is 541330, size standard $15 million annual receipts, averaged over the preceding 3 years. The size of the small business firm includes all parents, subsidiaries, affiliates, etc. (See 13 CFR 121.103 and 13 CFR 121 108). In order to conduct business with the Federal Government, all firms must be certified in Systems for Award Management (SAM) at https://www.sam.gov Submit your qualifications to the following address so as to ensure it arrives by no later than 4:00 p.m. Mountain Time, June 12, 2018 as follows: If via courier service: National Park Service Denver Service Center Attn: Marlene Haussler (DSS-CS) 12795 West Alameda Parkway Lakewood, CO 80228 If via U.S. Postal Service National Park Service Denver Service Center Attn: Marlene Haussler (DSC-CS) P.O. Box 25287 Denver, CO 80225-0287 Primary Point of Contact Marlene Haussler Email: marlene_haussler@contractor.nps.gov Telephone: 303 969 2159 Secondary Point of Contact John Vallejos Email: john_vallejos@nps.gov Submit questions by email
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0085/listing.html)
 
Place of Performance
Address: State of Alaska, United States
 
Record
SN04918276-W 20180512/180510230705-570ef4a089c4c47ae3ae83e63d3f18ba (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.