Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

Y -- Bid Bend National ParkCastelon, Panther Junction, and Rio Grande VillageLaw Enforcement Housing

Notice Date
12/1/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011101021
 
Response Due
12/22/2009
 
Archive Date
12/1/2010
 
Point of Contact
Joy Jamison Contract Specialist 3039692170 Joy_Jamison@contractor.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
HUBZone
 
Description
The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 anticipates awarding a firm-fixed price design-build contract based upon a two-phase selection procedure. The project solicitation consists of two phases. This Pre-solicitation Notice represents Phase One, Request for Qualifications (RFQ), of the Two-Phase Design-Build process. To be further evaluated, firms must submit information in response to the criteria established in this RFQ by the specified due date and time. The NAICS Code for this requirement is 236220, size standard $33.5 million. This project is reserved solely for HubZone Certified firms. The scope of work includes the construction of housing for law enforcement personnel at three distinct developed areas within Big Bend National Park. The project will consist of the design and construction of two (2) types of dwellings in the following quantities: 1. Three-bedroom single family houses - quantity six (6) with total of approximately 2300 sq ft; and Two-bedroom duplexes-quantity three (3) with approximately total 3300 sq ft. The housing units are located at three distinct developed areas within the park. These areas range from 20 to 55 miles driving distances between locations. All units shall be located on pad sites within an established residential area. There will be minor demolition of existing structures and some roadway extensions to the sites. Each site has water, electric, sanitary sewer and telephone connections in close proximity. The project will include, but not be limited to, the following:o Review the Schematic Design provided in the RFP package.o Review site data.o Provide survey.o Upon award, determine and provide design schedule of work.o Perform geotechnical analysis as needed to supplement the geotechnical report provided.o Submit list of required permits.o Design site, site utilities, building and foundation system including off-site utility and roadway extensions.o Design of stormwater facility at Rio Grande Village siteo Verification of existing utility locations, type and size at all siteso Submit Design Development and Construction Documents for review and approval as required.o Integrate LEED for Homes Checklist into the Design. Formal documentation of LEED certification is not required.o Integrate the NPS Project Sustainability Checklist into the design.o Secure work area and provide for continued access to adjacent residences and facilities. The contractor's design will be based upon the schematic design drawings, project requirements narrative and Performance Technical Specifications (PTS) that will be provided in a subsequent Request for Proposal (Phase 2). Contractor recommendations for creative cost savings and/or quality-enhancing design solutions will be considered via the later RFP/Phase 2 process. The estimated price is between $3,500,000 and $4,500,000 including all design and construction. The work will be completed no later than January 2011. The contract provides for preparation of design development and construction documents and construction. Funding has been secured for this project. Construction for portions of the project will not be allowed to begin prior to completion and acceptance by the NPS of the final building construction documents. Record (redlined) hard copy drawings and As-Constructed AutoCAD files drawings will also be required upon construction completion. All design-build firms have 21 days from the date of this notice to provide qualifications for evaluation based upon the following criteria in descending order of importance: 1. Extent of design/build experience, especially experience that the offeror's current A/E/construction company partnership has working together, particularly with residential building subconsultant/subcontractor; 2. Demonstrated ability to provide innovative, cost effective design and construction solutions, which may include off-site "module" construction.3. Experience with projects of a type and scope similar to that of this project and experience involving construction prime contractor and construction subcontractors during the design stage. 4. Design build firms must demonstrate they posses all professional qualification, including individual licenses, certifications, etc. for working in the state of Texas. Design-build firms/teams that meet the requirements of this announcement are invited to submit a Standard Form 330, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 330's are formatted for architect-engineer and related services but this form will be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at following website: http://www.gsa.gov. Only hard copy responses received by 4:00 P.M. (Local Time), December 22, 2009, will be evaluated further. Up to five of the most highly qualified design-build firms will be short-listed to participate in Phase Two of this design-build selection process. In Phase Two, those firms short-listed will be sent the Request for Proposal (RFP) which will contain the NPS Schematic Design Drawings, project requirements narrative, Performance Technical Specifications (PTS), and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control as part of the Phase Two technical proposal. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals. Each short-listed offeror will be required to submit both a technical and price proposal within 21 days after the RFP is issued based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "best value" offeror by approximately February 2010. Debriefings will be made available after contract award. 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 announcement (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. For inquiries and clarifications, the primary point of contact is Joy Jamison, Contract Specialist, telephone number 303-969-2170, joy_jamison@contractor.nps.gov. The alternate point of contact is Nicole Haines, Contracting Officer, Nicole_haines@nps.gov. No collect calls will be accepted. Note: this is not an RFP. All responsible sources may submit responses for consideration. Responses must be received by 4:00 P.M. (MST), December 22, 2009 at the following address: National Park Service; Attn: Joy Jamison, 12795 West Alameda Parkway, Denver, Colorado 80225-0287. Note: This is not a Request for Proposals. Note: Architectural/engineering (A/E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent design-build process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101021/listing.html)
 
Place of Performance
Address: Brewster CountyTexas
Zip Code: 798340129
 
Record
SN02013646-W 20091203/091201235316-41467f5e015bb838070ae43605a9f455 (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.