SOLICITATION NOTICE
Z -- Historic Structures Report
- Notice Date
- 7/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939
- ZIP Code
- 22209-3939
- Solicitation Number
- Reference-Number-RNB073106
- Response Due
- 8/31/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is the Request for Proposals. No other solicitation will be issued. The provisions and clauses incorporated into this document are those in effect through Federal Acquisition Circular 2005-11. The Mine Safety and Health Administration (MSHA), an agency of the U.S. Department of Labor, occupies a stand-alone building in McAlester, OK. Originally constructed in 1909 as a Mine Rescue Station by the Oklahoma Coal Operators Association, the building was sold to the Bureau of Mines in 1914. It has been occupied continuously since then by the Federal Government for use as offices by coal mine inspectors and safety and accident prevention inspectors. The building is listed on the National Register of Historic Places for its significance to the process of coal mining development in southeastern Oklahoma and for its specific role in that development. There is approximately 4,650 square feet of internal space encompassing the basement and two above grade floors. The building sits on a 8,250 SF lot, zoned C-3, with parking in the rear. It is MSHA?s intent to continue to utilize this building as a Coal Mine Safety and Health Field Office. Exterior and interior changes are required to bring the facility up to accessibility codes. MSHA also desires, at a minimum, to stabilize the structure. MSHA requires an Historic Structures Report be prepared for the building. The contract includes research, investigation, report of research and investigation findings, measured drawings, scope of recommended work, most appropriate approach to treatment, and maintenance procedures. The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform this work. In addition, the Contractor shall be responsible for attending a kick-off meeting and a final presentation to MSHA. All proposed work must be consistent with the Secretary of the Interior?s Standards for the Treatment of Historic Properties. The contractor will have access to the building, site and all historic documents as scheduled with local MSHA staff. The report and final presentation is due to MSHA 105 working days after contract award. TECHNICAL SERVICES REQUIRED a) Task Description The Contractor shall prepare and provide an Historic Structures Report for the McAlester Coal Field Office in McAlester, OK. The contract includes all elements of the project, from interfacing with the local MSHA Staff, through final presentation and documentation. It will be the Contractor?s responsibility to facilitate effective communication among and between all parties involved in the project and to ensure that the proposed designs and recommended implementation, and documentation meet MSHA?s requirements. b) Historic Structures Report Requirements i) General Requirements (Reference Preservation Brief #43, ?The Preparation and Use of Historic Structures Reports? at http://www.cr.nps.gov/hps/tps/briefs/brief43.htm): (1) Research, prepare and present Historic Structures Report, due 105 working days after contract award. (2) Provide necessary architectural, engineering and historic preservation expertise to effectively evaluate building for existing conditions survey. (3) Provide documentation of existing conditions. (4) Prepare set of measured drawings. (5) Prepare individual scope of work, milestone schedule and cost estimates for a comprehensive restoration and reconstruction of the building and outbuilding, incorporating accessibility into the plan. (6) Prepare individual scope of work, milestone schedule and cost estimates for an exterior restoration of the main building and bringing all interior systems up to code for a federal workplace, with consideration of the Secretary of the Interior?s Standards for the Treatment of Historic Properties. (7) Prepare individual scope of work, milestone schedule and cost estimates for the rehabilitation of the building, including stabilization of the structure, incorporating accessibility into the plan. (8) Provide MSHA with ten hard copy reports and one electronic document. ii) Specific Requirements (1) Prioritize repairs critical to stabilizing the structure and protecting it against further deterioration. (2) Provide informed maintenance procedures for the structure(s) and site. c) Scope of Work The Contractor shall provide to the Government a comprehensive implementation plan. This plan will include a site survey, proposed methodologies (with alternatives), time schedules, personnel, materials and equipment lists, testing/certifications, design layouts and documentation sufficient to provide operational guidance for GSA and MSHA?s Contracting Officer?s Technical Representative upon completion and acceptance. Cost breakdowns for all components are to be listed in a manner that will allow the Government to pick and choose from alternative approaches or to scale back an approach. All work shall be performed only after receipt of the Contracting Officer?s approval of the implementation plan and authorization to proceed. d) Deliverables The Contractor shall develop and provide: i) An Historic Structures Report, documenting the existing conditions of the building and site, outlining the design of the recommended work for rehabilitation, restoration and reconstruction proposals and integrates all facets of the implementation. ii) A costs breakdown document that will allow the government to clearly see the costs associated with all approaches or segments of the project so that a decision can be made about implementation. iii) A planning document showing the time schedule for completion of all milestones and the personnel assigned to each. iv) Progress reports to be submitted at a weekly meeting with GSA and the COTR to go over project plan milestones occurring since the last meeting. e) Minimum Qualifications The Contractor shall provide: i) Descriptions of past historic structures reports similar in size and scope to this project. ii) A multidisciplinary project team required to complete this project. iii) A project leader, responsible for coordinating and integrating information generated by various disciplines. iv) Three references from similar completed projects. f) Project Management Contractor shall implement a management program to control and direct this project consistent with the Government?s mission and will address all items listed in this statement of work. The schedule has highest priority. The Government will enforce this contract to ensure all milestones are met. Staffing provided by the Contractor shall be of a caliber to assure quality and professional work. It is essential that the Contractor co-ordinate any site inspection with the local MSHA Staff. i) Performance Assessment Plan The Contractor shall be evaluated on the quality and timeliness of the following (in priority order): (1) Quality of work performed (2) Milestone schedule (3) Deliverables listed in section 2d) ii) Remedies The Government shall utilize all contractual remedies available for non-conformance or compliance with this statement of work 3) Administrative Considerations a) Points of Contact The MSHA Contracting Officer for this task order will be Robert N Beaty Telephone (202) 693-9836. The MSHA Contracting Officer's Technical Representative (COTR) will be Mike Schimmenti, Telephone (202)396-9878 (office). The Field Office Supervisor on site who is responsible for the McAlester facility and with whom all investigative work should be coordinated is: Mike Olsen; telephone (918) 423-5966. b) Place of Performance Work will be performed at: MSHA, Coal District 9 McAlester Field Office 509 S. Third Street P.O. Box 817 McAlester, OK 74502-5819 c) Hours of Work The contractor will provide any and all required personnel to complete the work in a timely fashion. This means that sufficient personnel must be assigned to complete the project (during normal business hours is preferred but reasonable overtime if justified is acceptable). Work schedules to best support this project will be coordinated and approved by the local MSHA staff and the COTR. d) Historic Documentation The National Register of Historic Places nomination form of this property is in .pdf format and can be made available to interested parties. Additional historical information is also available for viewing at the Field Office. For limited site visits and/or to receive the nomination form, please contact Mike Schimmenti at (202) 693-9878. e) Conduct and Privacy i) Conduct Each contractor's employee assigned to this task order will be required to comply with the same ethical standards and code of conduct which is specified for Federal workers. This code of conduct, among other issues, regulates and prohibits disclosure of proprietary information beyond the confines of the Government. ii) Privacy Act Information included in this task is protected by the provisions of the Privacy Act of 1974; therefore, all personnel assigned to this task will take proper precautions to protect the information from disclosure. Pre-bid site survey. Interested parties may schedule a pre-bid site survey. This site survey will be held Wednesday August, 9 2006 between the hours of 8 A.M. and 4 P.M. Those wishing to schedule an appointment can contact Mike Olsen MSHA, Coal District 9, McAlester Field Office, 509 S. Third Street, P.O. Box 817, McAlester, OK 74502-5819 at 918-423-5966. Or by E-mail at olsen.michael@dol.gov no later than 3:00pm CDT Friday August 4, 2006. Additional information. A booklet containing photos of the original structure and text about its history iis available in PDF format and is posted with this notice. The provisions at FAR 52-212-2 Evaluation ? Commercial Items applies to this solicitation. The specific evaluation factors to be included in paragraph (a) of that provision are: Technical Capability- the capability to meet the agency?s needs Delivery Schedule Price Past Performance . The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors?Commercial, 52.212-2, Evaluation?Commercial Items, (see above) 52.212-3, Offeror Representations and Certifications?Commercial Items. The offeror is required to submit a completed copy of these provisions with their offer. 52.212-4, Contract Terms and Conditions?Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items BID CONTENTS. Offerors are to submit a firm fixed price proposal for the Historic Structures Report in accordance with the above requirements. In order to be responsive, the bid will address each of the eleven (11) items as indicated above. Award of a firm fixed price contract will be made to that proposal deemed to provide the best value to the Government. . Interested parties should forward a proposal addressing the above requirements, all pricing information, and any other relevant information, and other information deemed relevant by the offeror, to the contracting officer at Robert Beaty, Contracting Officer, Mine Safety and Health Administration, 1100 Wilson Blvd, room 2133, Arlington, VA 22209-3939 no later than 3:00 pm EDT Thursday, August 31, 2006. Proposals may also be submitted electronically to beaty.robert@dol.gov. This proposal shall also detail the vendor?s experience in performing historic structures assessments and reports and shall provide information on any such assessments or reports performed within the past three years. This information shall contain the name, address, phone number and email address of the point of contact for information on any such work. Responses may be made electronically to beaty.robert@dol.gov. Any questions relating to this solicitation should be forwarded to the above address no later than 3:00 pm EDT Friday, August 11 2006. MSHA will neither reimburse any costs relative to responding to this sources sought notice and solicitation nor be responsible for any costs relating to attendance at the s
- Place of Performance
- Address: MSHA Coal District 9, McAlester Field Office, 509 S. Third Street, mcAlester, OK
- Zip Code: 74502-5819
- Country: UNITED STATES
- Zip Code: 74502-5819
- Record
- SN01102017-W 20060802/060731220425 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |