COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS
C -- DESIGN AND PLANNING PROJECTS IN THE LOWELL NATIONAL HISTORICAL PARK AND OTHER NEW ENGLAND NATIONAL PARK SERVICE SITES
- Notice Date
- February 9, 2001
- Contracting Office
- National Park Service, Boston Support Office, 15 State St. Boston, Ma 02109-3572
- ZIP Code
- 02109-3572
- Solicitation Number
- R4520010117
- Response Due
- March 12, 2000
- Point of Contact
- Sam Gardiner, Contract Specialist, (617) 223-5037
- E-Mail Address
- click here to contact the contracting officer (sam_gardiner@nps.gov)
- Description
- PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C -- Architect and Engineering Services and/or planning projects in the Lowell National Historical Park and other New England National Park Service Sites. OFFADD: National Park Service, Boston Support Office, 15 State Street, Boston, Massachusetts 02109-3572 SOL R4520010117 POC Sam Gardiner, Contract Specialist, (617) 223-5037 DESC: The National Park Service Boston Support Office is seeking the services of one or more A/E firms or teams to perform miscellaneous architectural, engineering, landscape architectural and planning projects in New England National Park Service sites. Services include, but are not limited to all types of building rehabilitation and reuse, new construction, handicapped access facilities, including exhibition facilities, storage facilities, building services rehabilitation, canal and waterfront green way and trail development, site development and rehabilitation, museum facility design, exhibit design and interpretative planning. All projects must meet or exceed the Environmental Protection Agency or Department of Interior guideline for sustainability standards. The services may include preparation of compliance documents (environmental impact statements) to meet the requirements of the National Environmental Protection Act, the National Historic Preservation Act, Americans with Disabilities Act, and related state laws. The services may include, but are not limited to programming, schematic design, design development, hazardous materials assessments, value analysis and life cycle cost analysis, and other Title I services; Title II services including construction documents and possible Title III services, including construction observation, site visits, and review of submittals and shop drawings. Projects may involve regulatory compliance, planning, and design, therefore requires qualified professional personnel in the following disciplines: architecture, historic architecture, landscape architecture, historic landscape architecture, planning (urban design, transportation, and interpretative), engineering (civil, electrical, mechanical, sanitary structural, geotechnical and surveying). All services will be provided under an indefinite quantity contract. The total of work per year will not exceed $1,000,000 and each work order will not exceed $250,000. The A/E firm is guaranteed a minimum amount of $10,000 during the life of the contract. The term of the contract will be for a base year with four one-year options. NPS policies and directives will guide all work. Interested firms must submit documentation addressing the following evaluation criteria: (1) Professional qualifications of the principal firm and team members: Provide resumes on the firm, members of the technical team, as well as details on how the technical team will be structured and managed. What experience does the technical team have in the area of sustainable development? Provide information on specific projects. (2) Past performance on government contracts in terms of cost control, quality of work, and compliance with performance schedules. (3) Specific recent experience and expertise with indicated project types (4) Demonstrated experience working as a team. How long has the "team" been working together? (5) Location in general geographical area of projects and knowledge of locality. (6) Ability of each team member to produce coordinated drawings on AutoCAD. This announcement is open to all firms regardless of size and is subject to Public Law 100-656. Firms that meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for the prime and each consultant and a team Standard Form 255 which should be received no later than thirty calendar days from the date of this publication to: Boston Support Office, Attn: Contracting Officer, 15 State Street, Boston, Massachusetts 02109-3572. Standard Forms 254 and 255 should be accompanied by a letter including the following: (1) summary list of all team disciplines (2) summary list of all team members and proximity of the closest full service office to Boston, Massachusetts.
- Record
- Loren Data Corp. 20010213/CSOL004.HTM (W-040 SN50D2G2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|