SOLICITATION NOTICE
R -- IDIQ Contract for Concession Contract Development / Selection
- Notice Date
- 5/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- WASO - WCP - Washington Contracting & Procurement 12795 W. Alameda Pkwy MS WCP Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- S262303D090
- Response Due
- 6/16/2003
- Archive Date
- 5/29/2004
- Point of Contact
- Kim Oshinski Contract Specialist 3039143805 Kim_Oshinski@Contractor.nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service (NPS), Washington Contracts and Procurement Office, 12795 West Alameda Parkway, MS WCP, Lakewood, Colorado, 80228, intends to issue a Request for Proposal (RFP), which will solicit proposals to provide Concession Contract Development and Selection Support Services. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based Task Order contract for a variety of parks at locations throughout the United States, its possessions, and 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 may elect to award separate contracts for support of large concession contracts and small concession contracts. 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. 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, time-and-material, type task orders. The maximum ordering limitation will be $20,000,000.00 for the life of the contract. The $20,000,000.00 maximum may be realized in a single year or be 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 $50,000.00. Primary Services required under this contract cover a number of duties related to: Advice on matters related to providing hospitality services to the public, identify sources of industry expertise in certain specialized operations, existing contract modification advisory services, analysis of existing conditions and operations, conducting market research to recommend needed services, market and financial feasibility studies, real property valuations and prospective maintenance planning, personal property valuations and prospective maintenance planning, financial analysis, determination of possessory interest value, develop concessions facility improvement programs, facilitate management decisions to determine contract requirements and provisions, manage the process of prospectus development using principles of project management, develop prospectus for solicitation, solicitation/selection support services. All work shall be performed in a manner consistent with Federal and State laws and regulations governing the work performed. Services to be provided by the contractor selected under this solicitation may include, but are not limited to: performing condition assessments; conducting real estate appraisals; reviewing real estate appraisals conducted by a third party; performing market and financial feasibility studies, including economic and demographic analysis of trends; reviewing market financial feasibility studies; performing investment analyses of proposed capital improvements; assisting with development of Concession Facilities Improvement Programs; developing high quality prospectuses for use by the NPS in soliciting new concessionaires; and assisting the NPS in its solicitation process and proposal analysis. Miscellaneous services may include, but are not limited to, testifying in arbitrations or litigations, project archiving/administrative record compilation support, cost tracking/cost auditing/cost report preparation. Job Requirements: The contractor shall have the capability and experience to perform, or provide, a wide range of services related to concession contracting including, but not limited to, a good understanding, knowledge, and application of financial management principles and practices; the hospitality industry; leasing and lease-hold interests and Federal Government concession contracting; as well as broad experience in all phases of financial analysis, marketing studies, due diligence, strategic planning, design of facility improvements, real and personal property valuation, solicitation support and project management. Required Expertise include: management oversight; strategic capital investment planning/analysis; due diligence; market demand analysis; financial feasibility analysis; financial operations analysis; lease analysis and structuring; economic development and tourism planning; public-private ventures; mixed-use development; accounting/cost analysis; real estate appraisal; real property valuation; personal property valuation; conditions assessments; life-cycle analysis; comprehensive facility management plan development, including maintenance, repair and replacement plans; food and beverage operations analysis; information technology/database development; and technical writing. Firms must be able to provide all necessary disciplines by in-house personnel or through the use of subcontractors. Project Managers must have experience managing the types of projects anticipated by this solicitation. Firms will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance (to be further described in the Request for Proposals): (1) Management Capability - defined by the professional qualifications of the firm and staff (both prime contractor and subcontractors) proposed for the performance of the services as set forth above and submission of a management strategy. (2) Technical Excellence - defined by the specialized and technical experience and knowledge in the specific aspects concession contract development and solicitation support as set forth above. (3) Past Performance - defined by the prime's, as well as the team's, prior performance on Government and private sector contracts for related or similar work. (4) Capacity of the firm to accomplish the work within the required limits of time (i.e., size of firm, workload). 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). All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Subcontracting Plan Requirement: In accordance with Public Law 97-507, the firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-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 will be set forth in the RFP. The subcontracting plan is not required with submittal of the proposal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. The complete Request for Proposals (RFP) for Solicitation N262303D090 will be published electronically on or about June 16, 2003. Interested parties may access the solicitation at www.FedBizOps.gov. This site provides instructions for downloading the solicitation file. There will be no bidders' list for this procurement and no hard copies will be provided. The proposal due date is on or about July 16, 2003, thirty (30) days following release of the RFP. This procurement is full and open. Please direct all questions to Kim Oshinski (303) 914-3805. All FAX documents should be sent to (303) 914-3812. All other documentation should to be mailed to National Park Service, WASO-WCP 12795 W. Alameda Parkway Mail Stop WCP, Lakewood CO 80228, Attn: Kim Oshinski.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1063376)
- Place of Performance
- Address: Nationwide
- Zip Code: 80228
- Country: USA
- Zip Code: 80228
- Record
- SN00336718-W 20030601/030531233614 (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 |