Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

C -- Architect and Engineering Services under an Indefinite Delivery/Indefinite Quantity Contract for Cuyahoga Valley National Park, Brecksville, OH

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Administration 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6160050001
 
Response Due
5/23/2005
 
Archive Date
4/7/2006
 
Small Business Set-Aside
N/A
 
Description
The National Park Service is seeking qualified organizations to provide Architect/Engineer (A/E) services under an indefinite delivery, indefinite quantities (ID/IQ) contract for repair, rehabilitation, reconstruction, addition to or construction of any existing or proposed railway structure(s) or any of their component systems/facilities, e.g. structural, mechanical or electrical within Cuyahoga Valley National Park, and/or the rail corridor extending from Cleveland, Ohio to its current terminus in Canton, Ohio: or existing or proposed structures associated with the Ohio & Erie Canal within Cuyahoga Valley National Park and the Ohio & Erie Canalway area. Types of services required will include but are not be limited to: Title I Services - advance technical analyses and investigation pertinent to railway and/or canal structure(s); preparation of preliminary studies, sketches, layouts, outlines; and advance cost estimates and other special services as directed; Title II Services - adaptation of Government designs, drawings, specifications and standards for railway and/or canal structures, associated utilities, and appurtenances; preparing specifications, cost estimates, bid proposals, or other contract documents; assisting in issuing, securing, and analyzing bids or proposals; and interpreting plans and specifications during the construction period, if the Government performs the inspections; Title III Services - supervision and inspection of construction and other post construction activities as the Government may direct by individual delivery order, reviewing and approving shop and other working drawings submitted by the Contractor or his subcontractors, preparing operation and maintenance manuals, and preparing record drawings showing construction as actually accomplished. The A/E shall provide all necessary services and supporting activities in the field of railway engineering (including but not limited to: general track design/rehabilitation, highway crossing rehabilitation or replacement, and signalization design/upgrading), civil engineering. environmental engineering (including but not limited to: environmental site assessments, and wetlands assessments), geotechnical engineering (including but not limited to: geotechnical design/analysis for slope/bank stabilization, drainage design/repair/replacement, bioengineering and hydraulic analysis/design), structural engineering, mechanical engineering, and electrical engineering to prepare engineering documents for work orders to be submitted in support of requirements identified by task order(s). Sub-Contracting Goals: Large business firms are advised that a sub-contracting plan is required by A/E contracts in excess of $500,000.00. The NPS has adopted sustainable design as the guiding principle for park 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 of the NPS, which conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifics ecologically responsible methods, practices, and materials in the construction and operation of park facilities. The following criteria shall be used in the evaluation of the prospective firms in descending order of importance: 1) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and demonstrated expertise in applying sustainability to all phases of a project. Proposers should provide examples of integrated sustainability approaches throughout planning, design and construction of projects they have completed; 2) Professional qualifications necessary for satisfactory performance of required services; 3) Specialized experience and technical competence in the type of work required; 4) Capacity to accomplish work in the required time; 5) Knowledge of local conditions and ability of the firm to demonstrate current licensing or to obtain licensing in the State of Ohio; 6) Computer assisted design capability and capacity; 7) Expertise in conducting value analysis (VA) at planning and pre-design stages, as well as traditional value engineering (VE) studies. Also expertise in utilization of value methods in decision making - life cycle cost analysis; enabling and assisting the NPS to make cost benefit decisions and comparisons; 8) Adequacy of facilities for performance of the work including those necessary to provide specialized service that may be required; and 9) Availability of additional contractor personnel or consultants to support expansion or acceleration of the project. The term of this contract shall be one year with four one-year renewal options. The government reserves the right to select more than one firm from this solicitation. Services will be implemented through individual task orders. The Government is uncertain as to the number of task orders that will be placed against the contract during the term of the contract; however, a minimum of $5,000.00 in services is guaranteed for the basic contract period. The total of all task orders per year will not exceed $500,000 and no single task order will exceed $250,000. The contract total will not exceed $1,000,000 over the term of the contract with all option years. This procurement is open to small and large businesses and is subject to Small Business Competitive Demonstration Program, Public Law 100-656. To the fullest extent, the NPS welcomes the participation of small business firms including woman- and minority-owned and operated A/E firms and encourages large business firms to include small business firms as part of their team. The North American Industrial Classification (NAICS) Code is 541310. This is not a request for proposal. A/E firms that meet the requirements described in this announcement are invited to submit a letter of interest and one(1) copy of completed Standard Forms 254 for each firm and a team Standard Form 255 to, James Baker, Contracting Officer, National Park Service, Cuyahoga Valley National Park, 15610 Vaughn Road, Brecksville, OH 44141-3018. Responses must be received before 4:00 p.m., May 16, 2005 in order to be considered for this selection. Any questions pertaining to the above shall be addressed to Theora McVay at 402 661-1662 or Theora_McVay@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1769001)
 
Place of Performance
Address: Cuyahoga Valley National Park, Brecksville, OH
Zip Code: 441413018
Country: US
 
Record
SN00784532-W 20050409/050407212727 (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.