Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOURCES SOUGHT

C -- Indefinite Delivery/Indefinite Quantity Contract for general A-E engineering and supporting services. See Description for potential types of projects and listing of disciplines required for contract performance.

Notice Date
9/30/2008
 
Notice Type
Sources Sought
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
1443C2000090100
 
Response Due
10/20/2008
 
Archive Date
9/30/2009
 
Point of Contact
Marlene Haussler Contract Specialist 3039692159 Marlene_Haussler@contractor.nps.gov ;<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Lakewood, Colorado, 80228, is seeking a qualified firm(s) or organization(s) to provide (A-E) General Engineering and supporting services (Architecture, Historic Architecture, and Landscape Architecture) under an Indefinite Quantity contract for a variety of projects within National Park Service units throughout the United States, its possessions, and territories. The lead firm(s) selected for contract award will be engineering design firm(s) as the majority of services to be performed under this contract(s) will generally be engineering in nature. The Government may elect to award a single task order contract or to award 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 awardee 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, quality of deliverables, timeliness, geographic location, and other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. The NAICS Code for this requirement is 541330 with a corresponding size standard of $4.5 million gross receipts, averaged over the preceding 3 years. (the size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in ORCA https://orca.bpn.gov/ 4.1201 - Policy. ) In accordance with FAR clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. TYPES OF PROJECTS Projects may include, but are not limited to: A)Buildings and StructuresB)Drainage and Stormwater Management SystemsC)Electrical SystemsD)Environmental Engineering and Compliance PermittingE)Fire Protection Engineering F)Geotechnical EngineeringG)Historic StructuresH)Marine and Coastal Facilities I)Mechanical SystemsJ)National Environmental Policy Act (NEPA), Section 106 Compliance and Construction PermittingK)Seismic Engineering L)Site Development M)Transportation Engineering, Transportation Facilities, and Traffic Systems N)Surveying O)Water and Wastewater Systems and Facilities REQUIRED DISCIPLINES A) Required disciplines include, but are not limited to, registered professional engineers in the following areas: civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary, and structural engineers. B) Additional disciplines which may be required for some projects include registered or certified professionals in the following areas: Architecture, Historic Architecture, Landscape Architecture, Historic Landscape Architecture, Landscape History, Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Lighting, Acoustics, Seismic Engineering, Transportation and Traffic Engineering, Archeology, Anthropology, Architectural Conservation, Roofing, Land and Hydrographic Surveying, Facility Condition Assessment Specialists, Sustainable Technologies Specialists, LEED Accredited Professional, Commissioning, Small-scale and Renewable Energy Systems Engineering, Industrial Hygiene, Hazardous Materials, Security, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Certified Value Specialists, and Construction Management and Inspection. C) Required services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Office applications, Adobe Acrobat, etc., may be required in the performance of specific task order requirements. D) Incidental Services, in addition removal of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. 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 $20,000,000.00 for the life of the contract. Each task order will not exceed $1,000,000.00. The $20,000,000.00 maximum may be realized in a single year or 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 $25,000.00. Do not send SF-330, Architect-Engineer Qualifications. Firms responding to this notice must identify their abilities in a narrative format, whether or not they are a small business, certified HUBZone business, certified 8(a) business, or Service Disabled Veteran-Owned small business, and specifically how they intend on meeting the requirements for multiple task orders at various locations throughout the United States. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement on a full and open basis or as a set aside under one of the SBA's small business programs. The NPS does not intend to pay for any information provided under this notice. Point of Contact Marlene Haussler, Contractor/Contract Specialist, Phone 303-969-2159, Fax 303-987-6646
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0635896470c89df2bd680225a1aa101&tab=core&_cview=1)
 
Place of Performance
Address: Services to be provided via placement of individual task orders for locations throughout the United States, its possessions, and territories<br />
Zip Code: 80228<br />
 
Record
SN01686075-W 20081002/080930223338-b0635896470c89df2bd680225a1aa101 (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.