Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect and Engineering Services for the thirteen state Midwest Region, National Park Service.

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
MWRO - Midwest Regional Office National Park Service 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6000070700
 
Response Due
5/4/2007
 
Archive Date
3/15/2008
 
Small Business Set-Aside
N/A
 
Description
The National Park Service(NPS), Midwest Regional Office(MWRO) - Division of Design and Facility Maintenance(DFM), 601 Riverfront Drive, Omaha, Nebraska 68102, 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 Arkansas, Illinois, Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Ohio, South Dakota, and Wisconsin. In order to maximize competition, the National Park Service is encouraging joint venture arrangements as well as prime/subcontractor relationships for this solicitation. Work will consist of, but is not limited to, Title I Services, which includes preparation of necessary advance technical analysis investigations, preparation of preliminary studies, sketches, layouts, outlines of specifications, and advance cost estimates and other specialized services as directed. Title II Services includes preparing construction drawings, specifications, and cost estimates. Title III Services includes construction observation, site visits, consultation, review of submittals and shop drawings, and preparing operation and maintenance manuals. 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 judgment, believes are relevant to the placement of orders. TYPES OF PROJECTS Projects may include but are not limited to research, inventory, stabilization, preservation, rehabilitation, site planning and design, landscapes or design for interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, single family housing, campgrounds, roads, and parking. Following are examples of projects done in the past: Agate Fossil Beds NM visitor center, utilities, parking area, trails, and housing, Harrison, Nebraska; Badlands NP visitor center rehabilitation, Interior, South Dakota; George Washington Carver NM visitor center rehabilitation, parking lot, and contact station, Diamond, Missouri; and Jefferson NEM drop off zone and parking areas, St. Louis, Missouri; rehab water system and water tower replacement, Isle Royal NP; rehab sewer lines, Ozark NSR; septic system replacement, Scotts Buff NM. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professionals registered as architects, landscape architects, Engineering (Civil, Structural, Highway, Electrical, Mechanical, Sanitary, Environmental, Structural and Geotechnical), and Sustainable Technologies. B) Additional disciplines which may be required for some projects include professionals registered in, or meeting the Secretary of the Interior's Professional Qualification Standards for (as appropriate), Surveying, Industrial Hygiene, Construction Management, Cost Control/Cost Estimating, Exhibitory/Media Design and interpretive designer. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Word processing, 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 $2,500,000.00 for the life of the contract. Each task order will not exceed $250,000.00. The $2,500,000.00 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 $50,000.00. SUSTAINABLE DESIGN 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 and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Sensitivity to NPS values, standards, and sustainable design principles must be demonstrated. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily Research, Inventory(Project Planning and Compliance Services), Programming and Site Analysis, and Supplemental Services(Pre Design Services), Design and Construction Documents (Design Services) and Construction Management(Construction Management Services). A) Project Planning And Compliance Services: 1. Research and 2. Inventory; B) Pre-Design Services: 1. Programming,2. Site Analysis, and 3. Supplementary Services; C) Design Services: 1. Schematic Design, 2.Value Analysis Job Plan, 3.Design Development, 4. Construction Document, and 5. Construction Support; D) Construction Management. 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. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the MWRO, the MWRO 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 sub consultant with little involvement of the prime contractor. Even though the work is performed primarily by the sub consultant, MWRO will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect 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 MWRO will continue to acquire such specialized services. The MWRO does not intend to allow the prime consultant an administrative handling or coordination fee on sub consultant's services. Specialized services may include but are not limited to the following: Level II and/or Level III environmental site assessments (investigation to be conducted per Secretarial Order 3127 and Part 602 Land Acquisition), Chapter 2 - Hazardous Substances Determinations, Section 2.5 - Requirements, Functions, and Procedures; and identification of and sampling of suspect asbestos containing materials and NEPA services in accordance with National Park Service policy. Topographical field surveys, obtaining test borings or other subsurface data and condition assessment. Providing services for major construction projects exceeding $500,000 to be reviewed by NPS Servicewide Development Advisory Board (DAB); experienced with Choosing By Advantages (CBA), Value Analysis (VA), and Life Cycle Cost (LCC) processes are required. A/E shall identify facilitator(s) with Certified Value Specialist (CVS as certified by SAVE International) or approved equal, to conduct studies and consult with the prime with regard to decision making methods. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria which listed in descending order of importance: 1.Professional qualifications of the principals and key staff of the firm and consultants for the performance of the desired services. 2.Specialized experience and technical competence in the type of work required and knowledge of a broad range of project localities in the 13 states of the National Park Service, Midwest Region. 3. Capacity to accomplish work in the required time, respond to short timeframes, and accomplish more than one project at a time within the desired schedules, while maintaining quality of work and control of costs. 4.Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.Demonstrated success of sustainable processes and renewable technologies in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 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 Form 330 and an organization chart in an original only to National Park Service, Midwest Regional Office, 601 Riverfront Drive, Omaha, NE 68102, Attention: Theora McVay. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. 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 Form 330. Additional information should not exceed 20 double-sided pages. It is recommended that submissions be developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. 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 material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. NAICS Code 541310 and 541330, Small Business Size Standard $4.5M. This announcement is subject to the Small Business Competitive Demonstration Program at FAR Part 19.10. A Small Business Subcontracting Plan will be required from all large businesses prior to award. Contractors must be registered in Central Contract Registry at www.ccr.gov. Responses must be received before 4:00 p.m.Central Daylight Time, May 4, 2007. Note: This is not a Request for Proposals. The point of contact is Theora McVay, Contracting Officer, National Park Service, Midwest Region, 601 Riverfront Drive, Omaha, NE 68102, via telephone 402-661-1662 or via email Theora_McVay@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2453541)
 
Place of Performance
Address: National Park Service, Midwest Regional Office, Omaha, Nebraska contract administration.
Zip Code: 68102
Country: US
 
Record
SN01253262-W 20070318/070316221529 (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 |
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.