COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS
C -- ARCHITECT-ENGINEER DESIGN SERVICES FOR VARIETY OF PROJECTS IN GRAND CANYON NATIONAL PARK
- Notice Date
- May 8, 2001
- Contracting Office
- National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, DSC-CS, Denver, CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 1443N2000011100
- Response Due
- June 15, 2001
- Point of Contact
- John Hunt, (303) 969-2469
- E-Mail Address
- click here to contact the contract specialist for (john_hunt@nps.gov)
- Description
- The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking a qualified firm(s) or organization to provide Multi-Disciplinary Architect-Engineer Design Services for a variety of projects located at the Grand Canyon National Park. TYPES OF PROJECTS: Projects may include but are not limited to new and existing facilities such as visitor/interpretive centers, administrative facilities, maintenance facilities, single and multi-family housing, cultural landscapes, roads, parking areas, trails, and campgrounds, utilities, historic preservation, firing ranges, transportation systems, and hazardous material abatement. In many cases existing facilities will be historic structures. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, past performance, quality of deliverables, timeliness, or other factors that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $2,000,000.00 per year. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The U. S. Government has adopted sustainable design as the guiding principle for planning 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 and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operation of Government facilities. In accordance with Public Law 100-418 and Executive Order 12770, as of January 1994, all federal design work will be done using the metric system of weights and measures. Work done under this contract may be subject to this requirement. The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will not be included in the contract. PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarily pre-design, design, supplemental, and construction management. Services in these categories may include the preparation of conceptual, schematic, and preliminary design documents as well as construction documents for new construction and/or rehabilitation of facilities. This may involve project scoping and programming; land use planning; site planning/analysis; site design; historic structure reports, cultural landscape inventories, cultural landscape reports; environmental assessments; cultural resource surveys; design analysis; energy and life cycle/value analysis; outline specifications; preliminary and detailed cost estimates; preparation of plans and specifications for bidding purposes; value engineering, and other associated design services. Construction Management services include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. REQUIRED DISCIPLINES: Mechanical, Electrical, Civil, and Structural design/engineering and documentation services; architectural design/documentation services; and landscape architectural design/documentation services. Historic architecture and historic/cultural landscape architecture Incidental services, e.g. exhibit design, archaeological surveys, environmental compliance, threatened & endangered species surveys, CADD drafting, word processing, cost estimating, etc. may be required in the performance of specific task order requirements. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: 1) Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; 2) Specialized experience and technical competence in type of work required under this contract; 3) Specific past performance records on previous architect/engineering work performed for federal, state, and local government agencies, and private industry documenting the quality of the firm's work and the firm's history of meeting performance schedules and budgets; 4) Sustainable Design Practices. Demonstrated specialized experience and technical competence in preparing, developing, and finalizing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources (forest, grasslands, water, solar energy, wind energy, etc.) and to the earth's managed resources. This includes, to the maximum extent practicable, specifying the use of recycled content material and recovered materials, and providing designs for construction that promote energy conservation, pollution prevention, and waste reduction; 5)Integrated Design: Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental goals, whole systems approach and follow-through; 6) Location in the general geographic area of the Grand Canyon National Park, knowledge of the project area, and past experience with projects located in the general vicinity of the Grand Canyon National Park. When responding to this announcement firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small and large business concerns. Small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. SUBCONTRACTING PLAN REQUIREMENT -- In accordance with Public Law 97-507, the A-E firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, and women-owned businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 15% of the contractor's intended subcontract amount be placed with small business (SB), 5% shall be placed with women-owned businesses, and 5% be placed with Small Disadvantaged Businesses. The subcontracting plan is not required with this submittal, however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 and other PERTINENT information. SF 254/255's must also be submitted for subconsultants. Clearly, specifically, and concisely address the evaluation criteria when completing the forms. Offerors are requested to submit one original of their submittal. Other marketing information such as booklets, pamphlets and brochures is neither requested or desired. Submittals must be received in the contracting office by 4:00pm MDT, June 15, 2001. Note, this is not a Request for Proposals.
- Record
- Loren Data Corp. 20010510/CSOL002.HTM (W-128 SN50L5D4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|