Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Multi-Disciplinary contract for Engineering Design Services

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NCR - National Capital Region 1100 Ohio Drive SW Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
N3000080006
 
Response Due
1/15/2008
 
Archive Date
12/12/2008
 
Point of Contact
Rocky Newton Contract Specialist 2026196393 rocky_newton@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), National Capital Region (NCR), 1100 Ohio Drive, SW, Washington, DC, 20240, is seeking (a) qualified engineering firm(s) or organization to provide Multi-Disciplinary Design Services under an indefinite delivery indefinite quantity (IDIQ) contract for stabilization, rehabilitation, restoration, maintenance, and preservation projects involving historic and non-historic buildings, structures and sites. Professional registration in MD, DC, VA and WVA is required, subject to project location. The NAICS code for this procurement is 541330, Engineering Services, with a small business size of $4,500,000.00. This solicitation is open to small and large businesses. REQUIRED DISCIPLINES: Civil, Environmental, Electrical, Fire Protection, Mechanical, and Structural design, engineering and documentation services; Architectural design and documentation services; Landscape Architectural design and documentation services; and Cost Estimating. Additional services: CADD drafting (use of AutoCad and Microstation), word processing, power point, etc. may be required in the performance of specific task order requirements. PRIMARY SERVICES: Primary services required may include pre-design, design, supplemental and construction management services. A) Title I Services may include the preparation of conceptual, schematic, and preliminary design documents including: outline specifications and Class B/C cost estimates. Projects may require research, investigation of existing conditions, rehabilitation and treatment recommendations, preparation of condition assessments, surveys, project scoping and programming, land use planning, site planning/analysis, and site design. Supplemental services may include environmental assessments, energy and life cycle analysis, value engineering, hazardous material studies, and other associated design services. B) Title II Services may include the preparation of detailed construction drawings and specifications for bidding purposes as well as Class A cost estimates; C) Title III Services may include providing construction management and supervision services such as submittal review, site inspections and report of field observations. Task Order performance times may frequently be of short duration, i.e. 30 days for Title I work and 60-90 days for Title II up to and including submission of draft and final deliverables. AWARD CONSIDERATIONS: The Government may elect to award more than one contract from this announcement. IDIQ contracts are contemplated covering a base period of one (1) calendar year from contract award date, with four additional one-year option periods. Each awardee shall be provided a fair opportunity to be considered for task orders issued. The Government will use such factors as relevant experience, successful past performance, quality of deliverables, timeliness, or other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. Work will be ordered by issuance of firm-fixed price or not-to-exceed type task orders. The maximum ordering limitation per contract awarded will be $2,500,000.00 for the life of the contract. The guaranteed minimum per contract awarded for the life of the contract, which includes the base period and all options exercised, is $10,000.00. LOCATION AND TYPES OF PROJECTS: Projects will be located in the National Capital Region (NPS-NCR) encompassing portions of Washington D.C., Virginia, Maryland, and West Virginia. However, other NPS Contracting offices may also be permitted to issue task orders against this contract. Projects may include, but are not limited to, engineering services for: A) Rehabilitation, stabilization and maintenance of existing park facilities such as: visitor/interpretive centers; historic cultural resources such as historic houses, museums, fountains and monuments; comfort stations; administrative facilities; maintenance facilities; single and multi-family housing ranging from 500 square feet to 12,000 square feet. B) Structural repair/restoration, accessibility improvements, and roofing replacement; C) Adaptive re-use projects for buildings (historic and non-historic); D) Rehabilitation of roads, parking areas, trails, campgrounds and landscapes; E) Repair, rehab or replacement of existing utilities or design of new utilities including, but not limited to: water, sewer, storm water, electrical, and gas service; F) Design of fire protection systems including suppression, alarms, and detection; G) Climate management systems, including repair, rehab or replacement of HVAC systems; H) Hazardous Material Assessment including, but not limited to: identification, sampling, testing, reporting and designing abatement strategies for asbestos containing materials (ACM) and/or lead paint; I) Work may also include design of minor new facilities or structures. CODES, REGULATIONS AND STANDARDS: Projects require direct knowledge of, and experience complying with, National Park Service Director's Order-10A Design and Construction Drawings, Director's Order and Reference Manual-58 Structural Fire Management, 36 CFR Part 68: Secretary of the Interior's Standards for the Treatment of Historic Properties, Secretary of the Interior's Standards for Rehabilitation; and comprehensive knowledge of and direct experience with historic preservation philosophy in the United States, as expressed in the above documents. Projects require direct knowledge of, and experience complying with International Codes including, but not limited to: International Building Code, International Existing Building Code, International Mechanical Code, ICC Electrical Code, International Fire Code, International Plumbing Code. Firms shall expect to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. Per Executive Order 13423, Sustainable Design shall be implemented as the guiding principle for planning and development. 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 operation of Government facilities. The Government will not indemnify the firm(s) selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will not be included in the contract. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection board of the National Park Service personnel based upon the following specific evaluation criteria, listed in descending order of importance: 1. Specialized and extensive experience and technical competence of the prime contractor and any consultants in type of work required under this contract. The proposed work may be of short duration or 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 sub-consultants. 2. Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; the prime contractor will be required to have a licensed fire protection engineer on permanent staff or under subcontract. The prime contractor will also be required to have a licensed architect on permanent staff or under subcontract. The professional disciplines that are required include: engineering (civil, environmental, electrical, fire protection, mechanical, and structural), architecture, landscape architecture, and cost estimating. 3. Specific past performance records on previous architect/engineering work performed for federal, state and local government agencies, and private industry documenting the firm's quality of work, history of meeting performance schedules, ability to control both design staff and project proposed and final design costs, and the ability to develop creative and sensitive solutions to unique historic building problems. References provided may be contacted as part of the evaluation process. 4. Sustainable Design Practices. Demonstrated specialized experience and technical competence in designing facilities that optimize the use of renewable and non-renewable resources (forest, grasslands, water, solar energy, wind energy, etc.) and lessen the impact on the earth's managed resources. This includes to the maximum extent practicable, specifying the use of recycled content and recovered materials, and providing designs for construction that promote energy conservation, pollution prevention, and waste reduction. 5. Geographic proximity to the National Capital Regional Office in Washington, D.C. of fully-staffed professional offices and familiarity with local history, construction methods, environmental and historical regulations, and local and state permitting and review processes. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm 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 for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. 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 SF330. Additional information should not exceed 20 double-side pages. It is recommended that submissions be spiral bound and 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 materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 2:00 p.m. Eastern Standard Time, January 15, 2008 at the following address: National Park Service; Attn: Rocky Newton, 1100 Ohio Dr., SW Washington, DC 20242. Note: This is not a Request for Proposals. The Federal Acquisition Regulation website is www.arnet.gov. The website to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. All responsible sources may submit an offer, which will be considered by the Government.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2771055)
 
Place of Performance
Address: The primary area of coverage is Washington, D.C., Maryland, Virginia, and West Virginia. See description for detailed requirements.
Zip Code: 20242
Country: USA
 
Record
SN01469666-W 20071215/071213225212 (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.