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 Construction Management 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
N2000021000
 
Point of Contact
Alice B. Greenstreet, Contract Specialist, 303/987-6744
 
Description
THIS IS A TOTAL 8(a) SMALL BUSINESS SET-ASIDE. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado, 80228, is seeking qualified firm(s) or organization(s) to provide construction management (A-E) services, including full-time and part-time site inspection and project administration under an Indefinite Quantity contract at various construction projects located in National Park Service sites throughout the United States and its territories. The Government may elect to award a single task order contract or multiple task order contracts to one or more sources under the 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, qualifications, past performance, quality of deliverables, timeliness, geographic location, and other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. Types of Projects: Facilities to be constructed and types of work involved include, but are not limited to, building demolition, historic structure rehabilitation and adaptive use, visitor centers, administration buildings, maintenance facilities, water and sewage treatment plants, utilities, comfort stations, campgrounds, picnic areas, roads, trails, parking areas, and marine structures. 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 $500,000.00. The $10,000,000.00 maximum may be realized in a single year or spread 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. Primary Services Required: Services to be provided under this contract cover a number of duties related to construction management. The primary duties of the CM (construction management) contractor will be to provide on-site project supervisors and inspectors to manage NPS projects. The Project Supervisor/Inspector serves as the technical liaison between the construction contractor, the Contracting Officer?s Representative and the Contracting Officer and will have written delegated authority to represent the Government. The Project Supervisor assigned to each specific project is responsible for assuring satisfactory performance and delivery of the final product under the construction contract. Services to be provided by the CM contractor selected under this solicitation may include: participation or conducting the pre-construction conference; assistance in process and review of construction contractor-submitted shop drawings; review, recommend approval, and monitor the construction contractors CPM construction schedule, schedule of values, and safety plan; conduct weekly meetings, generate daily reports, and process request for information (RFIs); technical inspection of the work for compliance with the contract specifications and drawings; assistance in the preparation of correspondence, estimates, and back up for contract modifications; assistance in identifying and recommending resolution of construction/design deficiencies; monitoring of the construction contractor's quality control program; conducting pre-final and final inspections; generate and ensure completion of the punch list; and assistance in the preparation of as-constructed drawings and other documents and activities associated with project close out. The CM contractor(s) may be required to provide constructability analysis considering items such as permitting requirements, construction contractor staging, site access and logistics, impacts to park and concession operations, construction phasing, availability of equipment, material, and labor, and time and cost impacts of hazardous materials, archeology, and concurrent projects. Develop construction schedules during design to assist in construction planning. Generate a consolidated list of constructability issues unique to the project and recommend solutions. Incorporate information derived from the analysis into draft specifications or create new pecifications as required. Review and edit specifications with regard to constructability issues. The CM contractor(s) may be required to provide cost estimating services, which will include preparation and update of detailed cost estimates for onstruction/demolition projects, technical evaluation of construction contractor?s proposed construction estimates, and consultation during negotiation with proposed construction contractors. The CM contractor(s) may be required to provide value engineering (VE) services, which will include performing formal VE studies and/or VE reviews of Government and A/E designed projects and review and recommendations on construction contractor-generated VE proposals. VE reviews may be required during construction. Job Requirements: A good understanding, knowledge, and application of construction management principles and practices; and broad experience in all phases of construction inspection and material testing. The following requirements shall be accomplished/met by the on-site CM Construction Representative(s): Must have a working knowledge of mechanical, electrical, civil, structural, architectural, historic architectural, and landscape architectural (as appropriate for the type of construction work involved) practices in order to perform on-site interpretation of drawings, specifications, codes, standards and regulatory requirements to carry out field engineering work. Must be familiar with mechanical, electrical, civil, structural, architectural, historic architectural, and landscape architectural (as appropriate) drawings as well as construction materials, practices and methods. Duration of construction projects may be from less than 1 year to 3 years. The selected firm(s) shall attempt to provide local personnel residing within 50 miles of the specific projects. If such personnel cannot be provided, the firm(s) shall be compensated for travel and per diem costs for those employees establishing temporary living quarters at the project area. Compensation will be the same as allowed for Government employees on extended duty travel. 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 the firm and staff proposed for the performance of the construction management service related to Federal Government construction projects. (2) Specialized and technical experience in specific aspects of construction management, and demonstrated experience in constructability analysis, cost estimating, and VE studies. (3) Firms past performance in Government and private sector contracts for construction management (i.e. cost control, estimating, scheduling, inspections, overall quality of work, limiting project delays, resolving differences, safety compliance, constructability, VE studies). (4) Capacity of the firm to accomplish the work within the required limits of time (i.e. size of firm, workload). (5) Knowledge of the Uniform Building Codes and state and local codes, construction means and methods. 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). The government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. Submission Requirements: Firms that fully 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 in an original only. 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 Standard Forms 254/255. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable aterial can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents will be submitted. Responses must be received before 4:00 p.m. Mountain Standard Time, 30 calendar days from the date of this publication in order to be considered for selection. This is not a Request for Proposal.
 
Record
SN00024031-W 20020209/020207213353 (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.