COMMERCE BUSINESS DAILY ISSUE OF MARCH 7, 2001 PSA #2802
SOLICITATIONS
C -- INDEFINITE QUANTITY CONTRACT FOR MULTI-DICIPLINE ARCHITECT-ENGINEER ING SERVICES
- Notice Date
- March 5, 2001
- Contracting Office
- National Park Service, Yellowstone National Park, P.O. BOX 168, Mammoth Hot Springs Supply Center, Yellowstone Park, WY 82190
- ZIP Code
- 82190
- Solicitation Number
- AE1570010001
- Response Due
- April 6, 2001
- Point of Contact
- Georgia R. Amundson, Contracting Officer (307)344-2080
- E-Mail Address
- National Park Service, Yellowstone National Park, (yell_contracting@nps.gov)
- Description
- The National Park Service, Yellowstone National Park, is seeking Architect-Engineer (A-E) services under an indefinite quantity contract for Multi-Discipline Architect-Engineer Services for Title I, Title II and Title III services. The services provided under this contract include, but are not limited to, condition assessments, design of construction, alteration and repair projects on buildings, building systems, and utilities. The Government may elect to award a single task order contract or to award multiple task order contracts for the services to be provided to two or more sources under this solicitation. If the government issues multiple contracts, each awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as past performance, quality of deliverables, or other factors that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. The contract(s) for A-E services will be for a period of one year from award, with options to extend up to four additional years. Individual task orders issued for specific projects will be negotiated. Each firm selected is guaranteed a minimum amount of $10,000 each year of the contract. The maximum for each contract year shall not exceed $2,000.000. Work may include preparation of plans, specifications, cost estimates for each project and/or project management. Projects may include condition assessments, maintenance, alteration, or repair of real property as well as new construction. The projects are generally described in scope as buildings, building systems and utilities, such as single and multi-unit residences and administrative structures, historic buildings, public facilities and utility components. Experience and expertise is required in such areas as exterior and interior architecture, structural investigation and design, site analysis and design, HVAC systems, fire detection and suppression systems, security systems, electrical systems, water and wastewater services as well as minor collection/distribution and treatment systems, ADA standards, and mitigation or abatement of hazardous building materials. Work orders may include follow-on inspection services from ensuing task orders. Evaluation, and selection of the firm will be based on the following evaluation criteria, listed in descending order of importance: 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; 3) Capacity to accomplish the work in the required time; 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Location in general geographical area of the project and knowledge of the locality of the project; 6) Ability of the firm or organization to communicate, coordinate, and facilitate work expediently with subcontractors and the NPS, and capacity to respond to short time frames and accomplish more than one project at a time within the desired schedules. 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). This will be a firm fixed price indefinite delivery /indefinite quantity contract. Task Orders will be issued defining the scope of services for each aspect or phase of the project as the work proceeds and the funding becomes available. The estimated start and completion dates are unknown at this time. Architect-Engineer firms which meet requirements of this announcement are invited to submit a Letter of Interest and completed SF-254 "Architect-Engineer and Related Service Questionnaire" for each firm and a Team Standard Form SF-255 "Architect-Engineer and Related Services Questionnaire for Specific Project." Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the Standard Forms 254/255. Responses must be received before 5:00 p.m. April 5, 2001 Reference AE1570010001 in block 2b of the SF-255. This announcement is issued pursuant to Public Law 100-656. This is not a request for proposals.
- Record
- Loren Data Corp. 20010307/CSOL006.HTM (W-064 SN50F325)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|