Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10, 2000 PSA #2702
SOLICITATIONS

C -- DESIGN AND CONSTRUCTION (DESIGN/BUILD) CONTRACT FOR " = CONSTRUCT SOUTH RIM MAINTENANCE AND WAREHOUSE FACILITY", GRAND CANYON NATIONAL = PARK, ARIZONA, GRCA-002

Notice Date
October 5, 2000
Contracting Office
National Park Service, Denver Service Center, P.O. Box 25287 DSC-CS, Denver, CO 80225-0287
ZIP Code
80225-0287
Solicitation Number
1443N1211010901
Response Due
November 8, 2000
Point of Contact
John Hunt, Contract Specialist 303 969-2469
E-Mail Address
National Park Service, Denver Service Center (contracts_dsc@nps.gov)
Description
The National Park Service, Denver Service Center, 12795 West = Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 anticipates award of a firm-fixed price design-build contract based upon a two-phase selection procedure. This notice represents solicitation of qualification = statements as Phase One of the two-phased selection approach. The scope of work includes design and construction of a +/- 15 acre maintenance and = warehouse facility, including extension of prime utilities from approx. 1 mile, = earth work to provide access roads and building pads, new construction of 4 single story and (1) 2-story buildings (office/maintenance shops, = enclosed vehicle storage, vehicle maintenance, warehouse, and covered storage), = and all associated maintenance yard and site work (parking lot, walks, = fencing, etc.). New buildings will range from 8,000 square feet to 26,000 square feet, and will be required to meet recommendations set forth in the NPS Schematic Design, for the facility. The estimated price is between $12,000,000 and $15,000,000, including all design and construction services, with the construction portion to be completed by Spring, = 2003. The contract provides for preparation of construction documents, construction of utility infrastructure, site work, and buildings. = Funding has been secured for this project. Construction for portions of the = project (such as utilities or earthwork) may be allowed to begin, prior to completion of building construction documents, provided construction documents for those specific portions have been reviewed and accepted = for contract completeness. Design submittals and round table reviews will = be required at approximately 35%, 65%, and draft 100% design stages. = As-built drawings will be required upon construction completion. Although the = site and building program has been largely defined through NPS schematic = design efforts and performance specifications, the successful offeror will be required to meet with park staff to finalize the program. All = design-build firms responding to this notice will be given 30 days to provide qualifications for evaluation based upon the following criteria in descending order of importance: 1. Past performance, demonstrating = quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force. 2. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis on Green Building and sustainable methods and technologies. 3. Design/build experience with projects of = type and scope simil ar to that of this project. 4. Project experience in = remote areas with environmentally and culturally sensitive resources. = Design-build firms/teams which meet the requirements of this announcement are = invited to submit an original only of Standard Forms 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated above for = Phase One evaluation. The SF 254's and 255's are formatted for = architect-engineer and related services. The construction element of the firm/team shall = also be addressed on the SF 254 and 255. Only responses received by 3:45 = p.m. local time on November 8, 2000, will be evaluated further. Two to five = of the most highly qualified design-build firms will be short- listed to participate in Phase Two of this design-build selection process. In = Phase Two, those firms short-listed will be sent a Request for Proposal (RFP) which will contain the NPS Schematic Design, performance = specifications, and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a design proposal (for sustainable concepts, structural systems, floor plans, elevations and wall = systems), and a management plan (describing management philosophy, schedule, team organization, quality control and safety), as part of the Phase Two technical proposals. A price proposal will also be required along with technical and management proposals. A preproposal conference will be = held on or about December 13, 2000, after the RFP has been issued, to answer offerors inquiries. Each offeror will be required to submit both a technical and price proposal within 60 days after receipt of the RFP = based upon evaluation factors identified in the RFP. A stipend fee of $ = 25,000 will be awarded to each offeror which provides a responsive, but unsuccessful initial proposal under Phase Two of this selection = process. Award of a single contract will be made to the "best value" offeror by approximately March, 2001. Debriefings will be made available after contract award. Because this acquisition could result in an award over $1,000,000, the selected firm will require a subcontracting plan, if = the firm is a large business concern. Point of contact for inquiries and clarifications is John Hunt, Contract Specialist, National Park = Service, Denver Service Center, 12795 W. Alameda Parkway, P.O. Box 25287, = Denver, CO 80225, telephone number (303) 969-2469. No collect calls will be = accepted. Note: this is not an RFP. No telephone calls for solicitations will be accepted.
Record
Loren Data Corp. 20001010/CSOL001.HTM (D-279 SN5037C0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 5, 2000 by Loren Data Corp. -- info@ld.com