Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2000 PSA #2708
SOLICITATIONS

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY, ARCHITECT/ENGINEERING DESIGN AND DESIGN RELATED SERVICES FOR PROJECTS LOCATED WITHIN THE GOLDEN GATE NATIONAL RECREATION AREA, CA

Notice Date
October 16, 2000
Contracting Office
National Park Service, Golden Gate National Recreation Area, Contracting Office, Building 201, Fort Mason, San Francisco, CA 94123
ZIP Code
94123
Solicitation Number
N8151014043
Response Due
November 17, 2000
Point of Contact
Joel Simmons, Contract Specialist, 415-561-4794
E-Mail Address
POC at National Park Service, GGNRA (joel_r_simmons@nps.gov)
Description
The National Park Service, Golden Gate National Recreation Area, San Francisco, is seeking three Architectural/Engineering (A-E) firms to provide a variety of general design and design related services as well as a variety of planning and transportation services under an Indefinite Delivery/Indefinite Quantity Multiple award contract for miscellaneous projects within the Golden Gate National Recreation Area, in and near San Francisco, CA. The anticipated work is diverse and varied and may include, but is not limited to any of the following: The A/E shall do peer review of plans, specifications, and drawings for conformance with national standards, Federal and state laws and regulations, with particular attention to accessibility requirements and historic preservation standards similar to services provided by municipal building and permitting departments. The A/E shall provide peer review of technical reports prepared for NPS or others regarding GGNRA sites. The A/E shall review contract documents and contractor submissions for opportunities for life cycle costs savings, for sustainability, and for alternatives. Upon request, A/E shall provide assistance in cost negotiations. The A/E shall obtain field measurements, verify and develop costs estimates. The A/E will have demonstrated ability through work experience to assist NPS in the development and/or review of master plans, site-specific plans, environmental assessments/ environmental impact statements (EA/EIS), transportation engineering and transportation demand management plans, and documentation for compliance with the National Environmental Policy Act (NEPA). The A/E shall provide contract inspection services, project coordination and progress reports on a variety of repair, renovation, construction and demolition work. The A/E shall submit inspection reports, prepare contract modifications, and other documents in a form and format in accordance with normal Federal Government contracting procedures and National Park Service standards. The requested Archeological Services will consist of the monitoring of ground-disturbing activities in areas where archeological resources are known or suspected to exist. Any significant cultural resources exposed by construction activities will be documented with measured drawings, photographs, soil profiles and other appropriate methodologies. Title I services such as conducting investigations of existing conditions and preliminary cost estimates, etc. Title II services such as preparation of cost estimates, etc. Title III services such as construction inspection, site vistis, review of shop drawing submittals, archeological monitoring, and code compliance review. Disciplines may include architectural (historical and contemporary), civil, electrical, structural, geotechnical, landscape architecture, hazmat, mechanical, fire protection, alarm systems, sanitary, surveying, environmental/natural resources, transportation planning and traffic engineering, public information and outreach, and specialized personnel conversant in dealing with federal environmental and historic preservation laws such as the National Environmental Policy Act (NEPA), as well as personnel certified to perform code compliance in accordance with the International Conference of Building Officials (ICBO) codes and National Life Safety codes.l The following criteria will be utilized in descending order of importance for the evaluation of prospective firms and their project teams (including consultants): (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Work will be performed under an indefinite quantity contract. The contract term will be one year from date of award, with four options to extend an additional year each at the sole discretion of the government. Work will be defined, ordered, and funded through the issuance of project specific tasks orders. The total amount of the contract shall not exceed $500,000 for the base year with a $200,000 maximum task order limitation and a minimum contract guarantee of $5,000. This procurement is unrestricted. The National Park Service welcomes the participation of women and minority firms. Interested firms are invited to submit a letter of interest and completed Standard Forms 254 and 255 to the address contained herein, marked for the attention of the named contact person. Responses must be received before 5:00 pm PST, 30 calendar days from the date of this publication (the first workday following a weekend or holiday) in order to be considered for selection. This is not a request for proposal. Solicitation documents will not be issued. See Note 24 and 25.
Record
Loren Data Corp. 20001018/CSOL002.HTM (W-290 SN5043W4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 16, 2000 by Loren Data Corp. -- info@ld.com