Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

C -- NATIONWIDE INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR TRANSPORTATION PLANNING AND IMPLEMENTATION

Notice Date
July 3, 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
1443C2000011400
Point of Contact
Terry Lang, Contract Specialist, 303 969-2961
Description
The National Park Service, Denver Service Center, 12795 West Alameda Parkway is seeking firms, universities, or organizations with transportation planning and implementation capabilities to provide Architect/ Engineer (A/E) services under an indefinite delivery/ indefinite quantity contract at various National Park Service areas throughout the United States, District of Columbia, Guam, Puerto Rico, and the Virgin Islands. The National Park Service (NPS) has established a multimodal transportation planning program. The program is designed to evaluate conditions and seek appropriate solutions to manage transportation needs of individual parks. As part of this effort, the NPS operates over 66 alternative transportation systems serving national parks, recreation areas, and historic landmarks throughout the United States. Alternative transportation systems and strategies are tools to improve park management and achieve the agency mission and objectives. Due to increasing visitation and associated resource impacts, the NPS will determine the need for upgrading existing transportation systems and developing additional systems and implement a variety of other transportation management strategies. The NPS is implementing both program-wide activities and park specific projects in partnership with federal transportation agencies, regional planning organizations, state and local transportation agencies, and local communities. In addition to preserving park resources, these alternative transportation program (ATP) activities are opportunities to promote NPS values and environmental leadership beyond park boundaries. The ATP is funded through Category III of the Federal Lands Highway Program under the Transportation Equity Act for the 21st Century (TEA-21). NPS appropriations may increase with reauthorization of TEA-21 in 2004. National Park program-wide activities establish procedures for data collection and analysis, project scoping and evaluation, and procurement. They include investigation of appropriate modes and technologies, provide multiple benefits, and significantly reduce duplication between park units. Project activities include both land- and water-based transportation systems and strategies to solve transportation problems of individual parks and associated community transportation issues. The NPS has developed transportation planning approaches, methods, and strategies that address resource protection and quality visitor experiences in the context of cooperative community-based planning and project implementation. The NPS will work closely with neighboring communities and participants from local and state transportation agencies to achieve appropriate and sustainable solutions. Tasks The work will consist of both program and project tasks. Program tasks will consist of planning and design efforts such as:  Determination of economic, technical, and environmental feasibility of alternative transportation modes for use in the National Park System. Development of a system to collect and analyze data related to transportation issues across park units as the basis for planning studies and project evaluation, including visitor surveys.  Intelligent transportation system guidelines, information technologies, and visitor management strategies;  Vehicle and ferry technologies, operational considerations, and procurement efficiencies;  Clean and alternative fuel technologies and implementation strategies;  Design and operational guideline development;  Environmental graphic systems, such as for visitor interpretation or trip planning.  Studies on the suitability of selected transportation technologies to the national parks;  Reservation system, ticketing, and fee collection planning, design, and implementation;  Other NPS system-wide issues. Project tasks will consist of planning and design efforts at the individual NPS locations and may encompass:  Collection and analysis of existing and projected visitor, traffic, and parking data.  Analysis of transit, bicycle, parking, pedestrian and multi-use trail systems, and operational improvements;  Community-based land use and multi-modal transportation planning in multi-jurisdictional, politically sensitive environments;  Traffic safety evaluations;  Vision plans, including multiple stakeholder design charette workshops;  Visitor carrying capacity studies, including spatial analysis and projection of visitation patterns:  System capacity modeling;  Public participation planning with diverse user populations and adjacent communities, utilizing visitor surveys, meeting facilitation, and focus groups;  Transit needs assessment, planning, and service development;  Financial, maintenance, and operating plans for alternative transportation systems;  Planning and design for multi-modal visitor facilities, operational facilities, and system infrastructure components;  Design, procurement, and installation of intelligent transportation system components;  Planning and development of multi-use trail systems;  Information systems and wayfinding for national and international visitors;  Graphic design tasks -- web site design, transportation system graphics, printed materials, brochures, reports;  Socioeconomic analysis -- visitor demographics and surveys, demand and forecasting analysis, and economic analysis of transportation systems or improvement impacts;  Transportation fee and revenue models and funding source identification;  Environmental compliance, including preparing Environmental Assessments (EA) and Environmental Impact Statements (EIS);  Public information/involvement campaigns including web site design and maintenance, newsletters, fact sheets, posters, and transit schedules;  Sustainable planning and design activities. Additional work may include leading community/stakeholder planning efforts and development of partnering relationships with entities outside park boundaries. This contract may require occasional design and specification preparation to be performed or approved by a licensed/registered engineer in the state or territory of the work location. All work performed by the A/E shall be under the direction of a professional engineer and other registered professionals as required. 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. The following professional disciplines are required to be on the team of the A/E or qualifying subcontractors thereof: Transportation Planner, Transportation Engineer, Highway Engineer, Certified Planner, Civil Engineer, Landscape Architect, Architect, Visitor Use Planning Specialist, Community Planner, Resource Specialist, Environmental Planner, Statistician, Sociologist, Economist, Graphic Designer, Public Involvement/Information Specialist, and Web Master. The following disciplines may be required during the course of the contract. They are deemed desirable, but not mandatory, in the consideration for contract award. Standard Form (SF) 254's for these disciplines should also be provided: specification developer, noise analyst, and environmental assessor. The firm, university, or organization must have professional expertise in the fields of transportation planning/engineering and landscape architecture that demonstrates the ability to develop solutions to complex transportation problems within environmentally sensitive areas ranging from rural to urban, high scenic, pristine to historic areas, and tourism-related environs and communities. The project manager or principal staff should have demonstrated professional abilities in community based land use and transportation planning in multi-jurisdictional, politically sensitive environs. Criteria Evaluation criteria, (includes all subcontractors and consultants) in descending order of importance, are as follows. Specific criteria for each area of expertise required are listed below. 1. Professional qualifications and experience of the staff and principals assigned to this contract, including depth of expertise in:  Multimodal transportation planning;  Traffic engineering;  Transit service, operations, and financial planning  Landscape architecture related to transportation planning and systems;  Architecture and civil engineering for transportation facilities and support infrastructure;  Transit and ferry fleet selection and procurement, including new technologies;  Intelligent transportation system (ITS) design and specifications;  Project and construction management;  Environmental analysis processes and procedures, including NEPA compliance;  Visitor carrying capacity studies, including spatial analysis;  Social and economic data collection, analysis, and impact assessment for transportation systems and visitor experience;  Public involvement;  Visitor management systems (i.e. reservation systems);  Visitor information systems and wayfinding;  Planning and design of multi-use trail systems;  Graphic design. 2. The extent to which the firm, university, or organization has expertise and experience in projects similar in nature to those proposed. 3. Past performance of similar work in environmentally and politically sensitive areas; 4. Ability to provide geographically located teams for the East Coast, Midwest, and West Coast park locations. Teams may be aligned combinations consistent with NPS regions- Northeast, National Capital, Southeast, Midwest, Intermountain, Pacific West, and Alaska. 5. Ability to provide nationally recognized experts. 6. Past record of timeliness and within budget performance. Firms, universities, and organizations will be evaluated and assigned ranking based on demonstrated expertise and experience in the above evaluation criteria. To receive full consideration, respondents must completely address each criterion. Task Orders Contract work will be performed under an indefinite delivery/ indefinite quantity contract and individual task orders will be issued for each project. The total of all task orders for the base and option years one and two for each contract awarded will not exceed $2,000,000.00 per year and each task order will not exceed $400,000.00. The total of all task orders for option years three and four for each contract awarded will not exceed $5,000,000.00 per year. The A/E is guaranteed a minimum of $100,000.00 during the life of the contract. The term of the contract shall be one year with four one-year options. Additional Information 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. To the fullest extent, the National Park Service welcomes the participation of woman and minority owned and operated A/E firms. If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public Law 97-507, requires the A/E firm 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. The Government may elect to award a single contract or award multiple contracts for services to two or more sources under this solicitation. The Government reserves the right to award contracts, based upon the selection board's final selection list, in order of preference, of 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 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. In accordance with Public Law 100-418 and Executive Order 12770, all Federal design work is to be performed using metric system of weights and measures. Design work under this contract(s) may be subject to this requirement. The Government will not indemnify the selected firm against liability involving hazardous or non-hazardous materials or waste; that is no clause holding the firm harmless will be included in the contract(s). Only firms fully meeting the requirements described in this announcement are invited to submit a Letter of Interest, a completed SF 254 for each firm and a team SF 255. Submission of office brochures is encouraged only to the extent that they graphically(via drawings and photographs) substantiate the work described on the SF 254 and SF 255, See Commerce Business Daily numbered Note 24. The National Park Service has adopted sustainable design as the guiding principal for park planning and development. In practice, sustainable design utilizes best available solutions within the design tradition of the NPS and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction of park infrastructure. In support of the principles of conservation of resources and recycling materials, submissions should consist of as much recycled paper as possible and the submission should be organized in such a manner that the recycled material can be easily removed after evaluation. To the extent possible, printed/ copied double sided paper documents should be submitted. Responses must be received by 4:00 Mountain Standard Time, 30 calendar days from the date of this publication (first workday following a weekend of holiday) in order to be considered for selection. This is not a Request for Proposal.
Record
Loren Data Corp. 20010706/CSOL003.HTM (W-184 SN50Q881)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com