COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS
C -- INDEFINITE DELILVERY, INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS PROJECT IN CUYAHOGA VALLEY NATIONAL PARK, BRECKSVILLE, OHIO
- Notice Date
- March 15, 2001
- Contracting Office
- National Park Service, Midwest Regional Office, 1709 Jackson Street, Omaha, Nebraska 68102
- ZIP Code
- 68102
- Solicitation Number
- N6166010017
- Response Due
- April 18, 2001
- Point of Contact
- Theora McVay, 402 221 3487
- Description
- INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS PROJECTS IN CUYAHOGA VALLEY NATIONAL PARK AND THE OHIO & ERIE CANAL NATIONAL HERITAGE CORRIDOR, NATIONAL PARK SERVICE, CUYAHOGA VALLEY NATIONAL PARK, BRECKSVILLE, OHIO 44141 Sol N6166019917. POC: Theora McVay, 402-221-3487. The National Park Service is seeking qualified organizations to provide Architect/Engineer (A/E) services under an indefinite delivery indefinite quantity contract for the following types of services. Services required will include, but not be limited to: Title I Services -- preparation of preliminary studies, sketches, layouts, outlines; and advance cost estimates and other special services as directed; Title II Services -- preparing specifications, drawings, cost estimates, bid proposals, or other contract documents; assisting in issuing, securing, and analyzing bids or proposals; and interpreting plans and specifications during the construction period, if the Government performs the inspections; and Title III Services -- supervision and inspection of construction, including site visits, and other post construction activities as the Government may direct by individual delivery order, reviewing and approving shop and other working drawings submitted by the Contractor or his subcontractors, preparing operation and maintenance manuals, and preparing record drawings showing construction as actually accomplished. Disciplines include architecture; landscape architecture; civil, environmental, sanitary, structural, mechanical, and electrical engineering; and boundary and topographical surveying will be required and shall be included as part of the submittal. The project types anticipated may include site development plans; structural analysis of buildings, bridges, retaining walls, dams, and historic canal structures; river and stream bank stabilization and/or erosion control; drainage structures, secondary road, and parking area design; Level II and/or Level III environmental site assessments (investigations to be conducted per Secretarial Order 3127 and Part 602 Land Acquisition, Chapter 2 -- Hazardous Substances Determinations, Section 2.5 -- Requirements, Functions and Procedures; and Ohio Administrative Code (OAC) 1301:7-9-13 (I)); determination of disposal requirements and preparation of contract documents and cost estimates for disposal of hazardous waste; and identification of, and sampling of, suspect asbestos and/or lead containing materials within Cuyahoga Valley National Park and the Ohio & Erie Canal National Heritage Corridor area. Sub-Contracting Goals: Large business firms are advised that a sub-contracting plan is required by A/E contracts in excess of $250,000.00. The NPS has adopted sustainable design as the guiding principle for park planing and development. 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 of the NPS, which conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifics ecologically responsible methods, practices, and materials in the construction and operation of park facilities. The following criteria shall be used in the evaluation of the prospective firms in descending order of importance: 1. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 2. Professional qualifications necessary for satisfactory performance of required services; 3. Specialized experience and technical competence in the type of work required; 4. Capacity to accomplish the work in the required time; 5. Knowledge of local conditions and ability of the firms to obtain licensing in the State of Ohio. 6. Computer assisted design capability and capacity; 7. Adequacy of facilities for performance of the work including those necessary to provide specialized service that may be required; 8. Availability of additional contractor personnel or consultants to support expansion or acceleration of the project. Contract period of performance will be for a one-year period from the date of contract award, with a Government option to extend the period of performance for four additional one-year periods. Services will be implemented through individual delivery orders. The Government is uncertain as to the number of delivery orders that will be placed against the contract during the term of the contract; however, a minimum of $5,000.00 in services is guaranteed for the basic contract period. The total of all delivery orders shall not exceed $180,000.00 per fiscal year. This procurement is open to small and large businesses and is subject to Small Business Competitive Demonstration Program, Public Law 100-656. To the fullest extent, the NPS welcomes the participation of small business firms including woman-owned and minority-owned and operated A/E firms and encourages large business firms to include small business firms as part of their team. The Standard Industrial Classification (SIC) Code is 8712. A/E firms that meet the requirements described in this announcement are invited to submit a letter of interest and completed Standard Forms 254 for each firm and a team Standard Form 255 to Theora McVay, Contracting Officer, National Park Service, Midwest Region, 1709 Jackson Street, Omaha, Nebraska 68102. Responses must be received before 4:00 p.m., April 18, 2001 in order to be considered for this selection. This is not a Request For Proposal. Any questions pertaining to the above shall be addressed to Theora McVay at the above stated address.
- Record
- Loren Data Corp. 20010319/CSOL007.HTM (W-074 SN50G3M9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|