Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2002 FBO #0069
SOLICITATION NOTICE

C -- IDIQ A-E Contract for Historic Reservation A/E Services

Notice Date
2/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
National Park Service, Denver Service Center, P.O. Box 25287, DSC-CS, Denver, CO 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
N9000021900
 
Point of Contact
Ed Tafoya, Contracting Officer, 303/969-2116
 
Description
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80228, in support of the NPS Pacific West Region, is seeking qualified firm(s) or organization(s)to provide Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout California and Nevada, and on a limited basis, the States of Washington, Oregon and Idaho. The lead firm(s) selected for contract award will be predominately an architecture and engineering firm specializing in historic preservation. Familiarity with the ?Secretary of the Interior?s Standards for Archeology and Historic Preservation? and the related ?Secretary of the Interior?s Standards for the Treatment of Historic Properties?, as well as sensitivity to NPS values, standards, and sustainable design principles must be demonstrated. The Government may elect to award a single task order contract or 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 selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, and other factors (i.e., knowledge of local construction practices, permitting, capability to utilize construction/project management software for timeline scheduling, etc.) that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. Types of Projects: Projects may include but are not limited to research, inventory, stabilization, restoration, and rehabilitation of historic structures (interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, single family housing), historic sites, and cultural landscapes (designed, vernacular, historic sites, ethnographic). Required Disciplines: Required disciplines include, but not limited to, professionals registered as architects, and professionals meeting the Secretary of Interior?s Professional Qualification Standards for architecture, historic architecture, architectural history, and history. Subconsultant disciplines, which may be required for some projects include professionals registered in, or meeting the Secretary?s of Interior?s Professional Qualification Standards for (as appropriate) Landscape Architecture, Historic Landscape Architecture, Landscape History, Archeology, Anthropology, Material Conservation, Mechanical, Electrical, Civil, Geotechnical and Structural Engineering, Surveying, Industrial Hygiene, Construction Management and Cost Control/Estimating. Incidental services, e.g., CADD drafting and 3D modeling, GIS, Microsoft Word processing, cost estimating, etc., may be required in the performance of specific task order requirements. Contract Period: All services will be provided under an Indefinite Quantity contract. 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 $10,000,000.00 for the life of the contract. Each task order will not exceed $250,000.00. The $10,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. Sustainable Design and Construction Practices: The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. 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, maintenance and operation of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certification and membership in professionally recognized organizations that promulgate sustainable practices. The National Park Service, Pacific West Region has implemented Directive PW-048 which delineates how it emphasizes the concept of sustainability with respect to design and construction practices. Implementing sustainable design and construction practices is the constant process of identifying and incorporating activities and actions during facility planning, design, construction and operation to meet the following goals: (a) Consume less energy and natural resources over the life of the facility; (b) Ensure that resources such as water, air and land are as clean or cleaner at the end of use as at the beginning; (c) Ensure that the viability, integrity and diversity of natural systems are protected, undiminished and maintained; (d) Ensure that natural sound-scape and dark skies are undiminished; (e) Use green technologies and products that have less negative impacts on human health and the environment; (f) Reduce the material entering landfills; and (g) Ensure compliance with all natural and cultural requirements. Executive Orders: 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. Executive Order 13101 ? Greening the Government Through Waste Prevention, Recycling, and Federal Acquisition,? (September 14, 1998). This Executive Order requires Federal Agencies to incorporate waste prevention and recycling in the Agency?s operation and work to increase and expand markets for recovered materials through greater Federal Government preference and demand for such products. In developing work plans, work statements and specifications, Agencies must consider the ?elimination of virgin materials requirements, use of bio-based products, use of recovered materials, reuse of product, lifecycle cost and lifecycle assessment, recycle ability, use of environmental preferable products, waste prevention and ultimate disposal.? The Resource Conservation Recovery Act (RCRA), Section 6002, and Executive Order 113101 require the purchase of Environmental Protection Agency (EPA) designated products with a required minimum recovered material content as described in an Agency?s Affirmative Procurement Program (APP). This list of EPA-designated products is available at http://www.epa.gov/cpg. This requirement applies to all contracts that require EPA-designated products. When purchasing a product or products on this list without the required minimum recovered material content, a written justification based on specific exemptions is required by FAR 23.405c. A/E firms and their consultants are required to be familiar with EPA guidelines by developing specifications utilizing EPA?s minimum recycled content standards. If products specified by the A/E do not meet EPA?s guidelines, the A/E must prepare written justifications in accordance with FAR 23.405c. A/E firms are to use life-cycle cost analysis, wherever feasible and appropriate to assist selection of products and services. Whenever possible, costs shall be calculated over the life of the item, not just the initial, up-front cost. When comparing alternative products, the initial cost of acquisition as well as maintenance costs, operational costs, etc., must be considered in the analysis. A product having a higher initial cost may have lower operational costs or higher resale value and will, therefore, prove to be a better value and more cost effective compared to the alternatives. Primary Services Required: For the purpose of this contract, the services to be provided will be primarily Research, Inventory, Pre-design, Compliance, and Supplemental Services (Title I Services), Design and Construction Documents (Title II Services) and Construction Management (Title III Services). All professionals shall be registered in the States in which the work is performed. Title I Services: Services in this category may include, but are not limited to, the preparation of historic structure reports, cultural landscape reports, cultural landscape inventories, historic resource studies, archeological site surveys, materials analysis, condition assessment, hazardous material investigations, natural and cultural compliance documentation, HABS/HAER documentation, topographic and geologic surveys, building program and budget review, conceptual and schematic design documents, and peer review of NPS in-house or other A/E designs. Specific activities may involve project scoping and programming; site planning/analysis, site design, environmental assessments, National Register of Historic Places significance assessments, design analysis, energy and life cycle/value analysis, outline specifications, and preliminary and detailed cost estimates. Title II Services: Services in this category may include, but are not limited to, preparation of design development documents, construction drawings, and construction specifications and preparation of construction cost estimates for stabilization, restoration or rehabilitation of historic structures, sites and cultural landscapes and peer-review of NPS in-house or other A/E designs. Final construction documents (i.e., plans and specifications) must be furnished to the NPS in an electronic format capable of being transmitted over the Internet to the general public via electronic commerce. Title III Services: Services in this category may include, but not limited to, construction management services, which include management from the construction contract award to final acceptance of actions required to complete the proposed facility, including the warranty period. This includes construction observation, review of submittals, value engineering, site visits, field testing, construction support, and consultation during construction. Much of the work to be performed in historic buildings and sites will require continuous attention to compliance with historic preservation guidelines, techniques, and oversight. Coordination: 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. 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 the type of work required under this contract, particularly small projects (i.e., knowledge of indigenous cultures and practices, architectural styles, historic construction methods, etc.) in various climatic regions (for example, high mountain, heavy snow areas, arid deserts and coastal) (NOTE: Generally, design services between $5,000 and $50,000); (3) Specific past performance records on previous architect/engineering work, cultural landscape work, and historical research 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, and ability to respond to small projects (NOTE: Generally, design services between $5,000 and $50,000); (4)Demonstration of a sustainable design ethic, philosophy, and approach and the ability of the team to produce viable design solutions that show an awareness and sensitivity to local natural and cultural resources and the global environment; (5) Ability of the team to communicate, and coordinate, facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate into a multi-disciplinary design team managed through the NPS in the Pacific Great Basin Support Office and park/field areas located in California and Nevada. (NOTE: Locations of park units/field areas may be requested and obtained under separate cover.) Emphasis will be placed on the team?s ability to work with multiple entities including Federal, State, and local agencies and other involved concerns; (6) Capacity to respond to expanded or multiple task orders on short notice and within the established schedules, while maintaining a high standard of quality and controlling costs. 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); and (7) Location in the general geographic area of the proposed projects and knowledge of the locality and the associated design and construction considerations of the proposed projects (i.e., knowledge of local pricing/cost of construction within geographical restrictions). 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, women-owned small businesses, and service-disabled veteran-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, women-owned, and service-disabled veteran-owned small 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, 5% shall be placed with women-owned businesses, 5% be placed with small disadvantaged businesses, and 3% to be placed with service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. Specialized Services: In the course of doing business with Architect/Engineering firms under contract with the National Park Service (NPS), the NPS occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated concerns with the monetary ceiling amounts and the effect of these ?pass-throughs? would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the NPS will continue to acquire such specialized services in this manner. Submission Requirements: Firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255, and other PERTINENT information. Pertinent information submitted in support of the completed SF254?s and 255?s should not exceed 15 pages. SF254?s and 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 nor desired. Submittals must be received in the contracting office by no later than close of business 30 days after issuance of this request in order to be considered for selection. Note, this is not a Request for Proposals.
 
Record
SN00024023-W 20020209/020207213345 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.