SOLICITATION NOTICE
C -- RECOVERYOLYM 005375- IDIQ for Architect/Engeneering Services for various requirements for LEKT WastewaterTreatment System and mitigation for individual spetic owners
- Notice Date
- 10/14/2009
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2011101007
- Response Due
- 11/13/2009
- Archive Date
- 10/14/2010
- Point of Contact
- Nicole Haines Contracting Officer 3039692473 Nicole_Haines@nps.gov;
- E-Mail Address
-
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
- RECOVERYNational Park Service, Department of Interior, intends to negotiate a sole source Architect-Engineering Services Indefinite Delivery Indefinite Quantity (IDIQ) contract with Gray & Osborne, Inc., 3710 168th Street NE, Bldg B, Arlington WA 98223 to acquire the below listed services. The NAICS code for this requirement is 541310, size standard $4,500,00.00. Gray & Osborne is currently providing design and construction documents for the Lower Elwha Klallam Tribe (LEKT) wastewater collection system and connection of this system to the City of Port Angeles (City) sewer system. Upon City approval to accept the County residential wastewater, the County wastewater collection system will be facilitated by extending the LEKT wastewater collection system to service the County residences and properties. Gray & Osborne possesses institutional knowledge of the required submittals and processes with the City, County, and Tribe to not duplicate of efforts, time or cost. They also have an institutional knowledge crucial for preparation of the design and construction documents for the connecting system since it is the same type and unique design of a vacuum assisted system. Gray & Osborne has accumulated a body of knowledge and expertise concerning the site and system that is considered vital during the contracting and construction phases of this project as potential bidders and the eventual contractor will require clarifications regarding the basis of design and, potentially, value engineering proposals that will require prompt and accurate responses grounded in a firm understanding of the site's conditions and the design parameters on which the construction documents are based. Gray & Osborne is the only source that can respond to requests for information and review submittals in a timely manner without duplicating effort to ensure that all aspects of the specifications and drawings are addressed appropriately. They are also the only source that can continue the design of the connecting system without duplicating efforts and cost. The intent for this IDIQ contract is to provide architect and engineering services to include engineering analysis, survey, design and consultation services for preparation of the wastewater collection system design and construction documents as well as services throughout construction for the referenced projects. Work shall include engineering analysis and design of the wastewater collection system for the referenced Clallam County residences and properties. The engineering design services may require land and topographic survey in order to provide complete construction documents. In addition, work may also include Title III engineering services and consultation throughout construction. This acquisition is being conducted under the procedures of FAR 5.201 and 6.302. The subsequent contract will be negotiated in accordance with FAR 36.606 and FAR Part 15. The Government believes that the identified contractor is the "only one responsible source" as defined by FAR 6.302-1 for the required Architect-Engineering services. Firms that believe they can provide the required services are encouraged to identify themselves and give written notice to the Contracting Officer. Primary Services Required: Architect-Engeering services for wastewater collection system design and construction documents. Provide submittal review including specifications, review shop drawings, samples, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, and similar materials furnished by the construction contractor to explain in detail specific portions of the work required by the contract. Review and recommend approval or rejection of all submittals after thorough review of the construction documents and applicable standards and codes. Verify conformance with the drawings and specifications. Perform required design changes, including design sketches, perform cost estimating, review modifications and claims for additional compensation, prepare as-constructed drawings, analyze construction schedules, review value engineering proposals, provide customized operations manual for the plant operator, and assist with final inspection. Required Disciplines: Architectural, Landscape Architectural, Civil Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, Geotechnical Engineer, and Cost Estimator. Incidental services of CADD drafting and work processing may be required. Firms believing they can provide the required services must provide supporting evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirements via submission of Standard Form 330, Parts 1 and II. This notice is not a request for competitive quotes. All responses received within 30 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses will only be accepted by mail to: National Park Service, Denver Service Center, Attn: Nicole Haines, 12795 W Alameda Parkway, PO Box 25287, Denver CO 80225. Responses must include the completed SF 330 Parts 1 and II, the firm's Dunn and Bradstreet number, and identification of the firms' business size in accordance with the size standard. Title of Project: OLYM 005375, Lower Elwha Klallam Tribe Wastewater Treatment System, Olympic National Park.Type of Procurement: An IDIQ A/E contract is anticipated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101007/listing.html)
- Place of Performance
- Address: Lower Elwha Klallam Indian Reservation and nearby areas, Clallam County WA
- Zip Code: 98362
- Zip Code: 98362
- Record
- SN01985439-W 20091016/091014235240-258be38e8ffee36b2ec386ac37b0ecc3 (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 |