Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
MODIFICATION

C -- This synopsis is for Architectural and Engineer (AE) Services to support the National Park Service Intermountain Region. More than one AE Indefinite Delivery Quantity Contract (IDIQ) is expected to be awarded from this synopsis.

Notice Date
11/12/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1244100503
 
Response Due
12/8/2009
 
Archive Date
11/12/2010
 
Point of Contact
Pamela L. Kaelin Contract Specialist 3039876767 pamela_kaelin@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
Total Small Business
 
Description
INTRO:The National Park Service (NPS), Intermountain Regional Office (IMR) is seeking qualified firm(s) and/or organization(s) to provide Multi-Disciplinary Architect/Engineer (A/E) services under Indefinite Quantity Indefinite Delivery (IDIQ) contract(s) for a variety of projects within areas of National Significance at locations primarily in the states of Colorado and Utah but could be used for projects in the remaining states of the region: New Mexico, Arizona, Texas, Oklahoma, Wyoming and Montana. CONTRACT INFORMATION: This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal (RFP). The contract(s) are SET ASIDE for SMALL BUSINESS. THE SMALL BUSINESS PRIME CONTRACTOR, WHICH MUST BE AN ARCHITECTURE OR ENGINEERING FIRM MUST PERFORM FIFTY PERCENT (50%) OF THE WORK INHOUSE. Proposals should demonstrate the qualification necessary to meet the 50% inhouse requirement. Responses will only be accepted from small businesses. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Dept. of Labor under the service contract act, as determined to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). The Government intends to award more than one A-E IDIQ type contract for AE Services to support the Intermountain Region to the most highly qualified firm(s). 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 term of the contract(s) shall be one year with four one-year renewal able options. The total fees for the basic year and all option years shall not exceed $5,000,000, with a guaranteed overall minimum of $2,500 per contract period. Projects will be negotiated and awarded under fixed priced task orders. The total of all task orders per contract period will not exceed $1,000,000 and no single task order shall exceed $300,000. The North American Industry Classification Systems (NAICS) codes for this acquisition are 541330 and 541310. BACKGROUND: Typical projects include the DESIGN OF, but are not limited to: repair-rehabilitation, cyclical maintenance and deferred maintenance type projects such as rehabilitation or replacement of existing facilities and utilities or construction of new facilities and utilities. Facilities may be historic or non-historic and may include: visitor centers, entrance stations, public rest rooms, maintenance buildings, park housing, campgrounds, trails, or parking lots, Utilities may include: water treatment and distribution systems, sewage treatment and distribution systems, electrical systems, mechanical systems, telecommunications systems, and fire and security alarm systems. A typical project could encompass an entire building construction or building components such as upgrades to electrical and mechanical systems, replacement of windows, or re-roofing of structures. These projects generally range in construction magnitude of $300,000 to $500,000. The Design services to support this construction work are performed in historic buildings, landscapes or sites that will require continuous attention to and compliance with historic preservation guidelines. All work will be guided by NPS policies and directives. Historic resources often present unique and unusual conditions and the NPS encourages creativity in the development of preservation methods. Projects will require coordination with various review and planning entities. The project task orders awarded under these contracts vary in complexity, scale, and objectives. The properties are located within the National Park Service, Intermountain Region. The Intermountain Region contains over ninety-four units. The scope of work for the IDIQ contract(s) includes schematic design of projects (Title I Services) including, but not limited to: research, site investigations, preparation of condition assessment reports, reports of recommendations, preparation of project scopes, preparation of design-build requests for proposals, surveying, schematic designs, cost estimates, life cycle cost analysis, and value analysis; design development and construction document work (Title II Services) including, but not limited to: drawings, specifications, cost estimates, and value engineering; and construction management (Title III Services) such as site visits, inspection/observation, consultation, review of submittals and shop drawings, and preparation of operation and maintenance manuals and as-built drawings. SELECTION CRITERIA: The following criterion is descending order of importance shall be used in the evaluation of the prospective firms: A.Specialized Experience and Technical Competence in projects considered similar to the projects that will be performed under this contact as described above. Evaluation will consider relevance of the experience and technical competencies. Those firms with more experience and technical competencies will be rated higher. B.Professional qualifications of the firm and staff proposed for performance of this contract. Evaluation will consider key personnel of the primary firm and subcontractors to be used in this contract in terms of a) availability of an adequate number of personnel in the key disciplines (described above) -to ensure that the firm can meet the potential of working on multiple task orders; b) professional registration (as required by states of project locations); c) education, training, relevant experience; d) awards, professional activities, and longevity with the firm; e) other relevant certifications; Firms showing the most qualifications for design work of types of projects and in the key disciplines, both described above, will be rated higher. C.Past Performance on projects considered relevant to the work to be performed under this contract with respect to cost control, quality of work, and compliance with performance schedules, as determined from the Government's Past Performance Information Retrieval System (PPIRS) and other sources. Evaluation will consider the success of the identified relevant experience, technical competencies, and proposed personnel. Firms that demonstrate more than satisfactory past performance will be rated higher. D.Capacity to perform up to $1 Million in work of the required type in one year. Firms that demonstrate meeting and exceeding this capacity will be rated higher. E.Knowledge of design requirements in states within the boundaries of the Intermountain Region. Firms that demonstrate greater knowledge of the areas within the region will be rated higher. A/E firms which meet the requirements described in this announcement are invited to submit a Letter of Interest and one set of completed Standard Form 330 PART I and PART II (A-G). Section H should not exceed 10 pages total. SUBMIT the above information to the following address before 4:00 p.m. MST, 8 Dec 2009. National Park Service: Attn: Pamela Kaelin (N1244090509) room 168C, 12795 W. Alameda Parkway, Lakewood, CO 80228 Standard Form 330 may be obtained at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6. Point of Contact:Pamela Kaelin - 303-987-6767 or pamela_kaelin@nps.gov. Facsimile transmissions will not be accepted and will be considered non-responsive. Contracting Office Address: 12795 W. Alameda Parkway, room 168CLakewood, CO 80228
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1244100503/listing.html)
 
Place of Performance
Address: The design services will support the Intermountain Region primarily the states of Colorado and Utah but could be used to support projects in New Mexico, Texas, Arizona, Oklahoma, Wyoming, and Montana.
Zip Code: 80228
 
Record
SN02002487-W 20091114/091112234859-34deeb44ac77ed1ffd2bedef8af1b7e2 (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.