Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

C -- Multiple Award-Indefinite Delivery Indefinite Quantity Architect/Engineering Contract for the National Park Service, Northeast Region

Notice Date
3/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
NER - Acquisition Philadelphia Office National Park ServiceU.S. Custom House, 200 Chestnut Street, 3rd Floor Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
N4526090001
 
Response Due
4/30/2009
 
Archive Date
3/17/2010
 
Point of Contact
Albert F. Randazzo Contract Specialist/CASU 2155976611 Al_Randazzo@contractor.nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity (IDIQ), Architect/Engineer Solicitation, National Park Service Northeast Regional OfficeThe National Park Service (NPS), Northeast Region is seeking the services of A/E firms to perform miscellaneous architectural, engineering, and /or landscape architectural projects in the Northeast Region. Consideration for this contract is limited to firms or joint ventures (either with consultants) located within the boundaries of the Northeast Region which encompasses Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia, and West Virginia. Projects include, but are not limited to preservation, rehabilitation, and/or restoration of nationally significant historic structures, monuments, landscapes, and other cultural resources; as well as construction and/or rehabilitation of a variety of National Park facilities and infrastructure supporting visitor, administrative, operations, and maintenance functions. The desired services may include, but are not limited to, Pre-Design, Schematic Design, Design Development, Construction Documents, Pre-Construction, Construction, and Post-Construction phases; as specifically defined by the NPS Denver Service Center Workflows. Refer to http://workflow.den.nps.gov for further information. Primary required disciplines and skills include but are not limited to historic architecture, historic landscape architecture, archeology, architectural conservation, monument conservation, objects conservation, materials testing and analysis; historic preservation engineering in structural, mechanical, electrical, plumbing, site/civil, security, and fire detection and suppression; expertise in cost estimating for preservation projects; expertise in non-destructive investigations; expertise in hazardous materials analysis and mitigation; expertise in museum environments and monitoring, museum lighting, and museum systems controls; and expertise in geothermal wells, heat pump systems, and associated controls. Additional required disciplines for work on new construction and/or rehabilitation of non-historic structures or properties include architecture, landscape architecture, engineering (civil, electrical, fire protection, geotechnical, mechanical, plumbing/sanitary, structural, and surveying), and cost estimating. Firms are encouraged to assemble teams of sub-consultants to provide disciplines and areas of expertise that may not be available in-house. It is the National Park Services' intention to award Multiple Award A/E Contracts. Award may include up to five (5) Indefinite Delivery/Indefinite Quantity contracts. All services will be provided under an Indefinite Quantity/Indefinite Delivery contracts with individual delivery orders (Task Orders) issued against the contract. The total work per contract per year will not exceed $1,500,000 and each Task Order will not exceed $200,000. The contracted firm is guaranteed a minimum of $5,000 per year. The term of the contracts shall be one year; with the potential for four additional one-year option terms. All work will be guided by NPS policies and directives. The following criteria shall be used in the evaluation of prospective firms: 1) Professional qualifications of the firms and of their individual staff and sub-consultants for the performance of desired services in the specialized disciplines and areas of expertise described above (30%); Firms and their respective team members will be evaluated on the basis of their education, professional certifications, licensure, knowledge, application of all relevant codes, and experience within each of the disciplines identified. They must have demonstrated ability to perform work of similar scale and scope as described herein. Lengths of experience and working relationships between the Prime and its other team members will be considered. Qualifications will be limited to one page per individual. 2) Demonstrated successful recent past performance of projects requiring specialized experience/technical expertise in the types of services described above (20%); Firms must provide separate, detailed narratives of five relevant projects as noted in Standard Form 330. Detailed projects must be relevant to the type of work being solicited. Construction for these must be substantially complete. Narrative description will be limited to one page per project. 3) Experience and familiarity with NPS facilities, management policies, and work-flows, as well as Federal construction and contracting regulations (20%); Firms must provide evidence or experience on Federal projects, and working experience with applicable National Building Codes and Accessibility Standards; and with concepts of Sustainable Design. Management policies include but are not limited to the Secretary of Interior's Standards for Treatment of Historic Properties, as well as NPS Director's Orders. Experience shall be for substantially completed projects similar in size and complexity as referenced in the Standard Form 330. This section will be limited to one page. 4) Proven ability to accomplish projects within time schedules and within project estimates (15%); Firms shall demonstrate team organization and ability to control budgets, schedules and quality assurance on multiple work orders occurring simultaneously. Critical factors include types, numbers, and prior experience of personnel in desired disciplines. This section will be limited to two pages. 5) Ability to communicate orally, in writing, and in person on a daily basis with NPS personnel, including the ability to furnish staff to project sites from nearby locations (15%); The firm must demonstrate ability to provide quick response to telephone calls, e-mails, and written communication; as well as to be pro-active in initiating communications when schedule, scope, cost, or other performance issues arise. The firm must be capable of providing construction monitoring and/or field support services on call throughout the geographical area defined in this solicitation. This section will be limited to one page. Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, for the firm and joint ventures. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded by a cover letter that references the solicitation number. A pre-proposal conference will not be conducted; however, all questions must be received in this office by April 15, 2009. A/E firms may email their questions to: al_randazzo@contractor.nps.gov. Questions may also be FAXed to Al Randazzo at (215) 597-2337. Submittals should be provided to the following office by April 30, 2009: United States Department of the Interior, National Park Service, Northeast Region, U.S. Custom House, 200 Chestnut Street, Philadelphia, PA 19106-2878, Attention: Al Randazzo (CASU). Firms shall provide this office with one (1) original and four (4) copies of their entire proposal. This is not a request for proposal. This contract is issued as Unrestricted. This contract will be procured under the Brooks Act and FAR Part 36.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86e97c0a383adf6e814a9db48e084465&tab=core&_cview=1)
 
Place of Performance
Address: Northeast Region including Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia and West Verginia.<br />
Zip Code: 191062878<br />
 
Record
SN01771012-W 20090319/090317220226-86e97c0a383adf6e814a9db48e084465 (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.