Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

C -- Architect-Engineer IDIQ Contract, primarily for General Engineering Services, for coverage in the State of Alaska (Alaska Region of the National Park Service)

Notice Date
12/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
ARO - ALASKA Regional Office** 240 W 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N9917100012
 
Response Due
1/16/2010
 
Archive Date
12/17/2010
 
Point of Contact
Bernard Pitts Contract Specialist 9076443308 ;
 
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
The National Park Service (NPS), Alaska Regional Office, 240 W. 5th Avenue, Anchorage, Alaska 99501, 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 Alaska. In order to be considered for award of this IDIQ contract, firm(s) must demonstrate they possess all professional qualifications, including individual licenses, certifications, etc, for the State of Alaska. 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. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservations" and the related "Secretary of the Interior's Standards for the treatment of Historic Properties" and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles must be demonstrated. 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 selected firm 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. TYPES OF PROJECTS Projects may include, but are not limited to: A)Buildings and Structures projects - new or renovation of existing housing, maintenance facilities, historic structures, visitor facilities, etc. Examples of past building structure projects include house design, duplex design, dormitory design, maintenance facility renovation, wayside structures (toilets, shelters), visitor contact facilities, building components (foundations for historic structures, individual structural elements), etc. B)Civil Engineering projects, including land surveyingC)Commissioning - whole building commissioning of building systems for major building construction projectsD)Construction Field Engineering projects (including inspection, testing and surveying)E)Drainage and Stormwater Management SystemsF)Electrical Systems - new or renovation of existing electrical systems, inspection of contractor installations by licensed electrical administrators, electrical engineering QC reviews, etc. G)Environmental Engineering and Associated Compliance Permitting - most of which is related to contracted engineering design work performed under this contract.H)Fire Protection Engineering projects - sprinkler system specification/design for new or existing facilities, alarm system specification/design for new or existing facilities, code interpretation services, evaluation of contractor change order requests, etc.I)Geotechnical Engineering projectsJ)Hazardous/Contaminated Materials Abatement projects - environmental surveys, remediation, specifications, and planningK)Mechanical SystemsL)National Environmental Policy Act (NEPA), Section 106 Compliance, and Construction Permitting projects - most of which is associated with contracted engineering design workM)Sanitary Surveys for ADEC reportingN)Site Development projectsO)Small-scale Renewable Energy Systems - planning, design, monitoring, evaluation, and consultation for wind, micro hydroelectric, solar, hybrid systems, battery storage, inverters, etc. P)Transportation Engineering, Transportation Facilities, and Traffic Systems Q)Water and Wastewater Systems, including regulatory permitting DISCIPLINES A) Required disciplines include, but are not limited to, registered professional engineers in the following areas of practice: Civil, Construction Field Engineering/Oversight/Inspection, Electrical, Environmental, Fire Protection, Geotechnical, Mechanical, Small-scale/Renewable Energy Systems, and Structural Engineers. B) Additional disciplines which may be required for some projects include registered or certified professionals in the following areas: Architecture (general), Architecture (landscape), Certified Industrial Hygienist, Commissioning, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Facility Condition Assessment Specialists, Electrical Administrator, Field and Laboratory Materials Testing, Hazardous Materials, Industrial Hygiene, Land Surveying, LEED Accredited Professionals, Mechanical Administrator, Transportation and Traffic Engineering, Roofing Design/Construction Specialists, Safety Engineering, Sanitary Surveyors, and Sustainable Technologies Specialists. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Word processing, quantity calculations, etc., may be required in the performance of specific task order requirements. 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 $5,000,000.00 for the life of the contract. Each task order will not exceed $250,000.00. The $5,000,000.00 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 $5,000.00. SUSTAINABLE DESIGN The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design and "green" building systems. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects and green building awards and have LEED certified professionals on staff as part of the team. EXECUTIVE ORDERS, LAWS, AND REGULATIONS Executive Order (EO) 12770 - "Metric Usage in Federal Government Programs" - In accordance with EO 12770 and Public Law 100-418, as of January 1994, all federal design work will be done using the metric system of weights and measures. Work done under this contract may be subject to this requirement. EO 13423 - "Strengthening Federal Environmental, Energy, and Transportation Management" - In accordance with EO 13423 and the Federal Register's "Energy Conservation Standards for New Federal Commercial and Multi-Family High-Rise Residential Buildings and New Federal Low-Rise Residential Buildings", as of January 03, 2007 and January 24, 2007 respectively, work under this contract will be subject to the applicable requirements of these regulations. The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials, that is, no clause holding the firm harmless will be included in the contract. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A)Pre-Design Services: "Programming (Site Analysis, Site Program, and Engineering Program)B)Supplementary Services C)Design Services:"Schematic Design"Value Analysis and Value-based decision making"Design Development"Construction Documents"Construction SupportD)Compliance Services:"Environmental Compliance (i.e. NEPA, NHPA, etc.)"Regulatory Compliance (i.e. water, sewer, solid waste, hazardous materials abatement, etc.)"Sanitary Surveys (ADEC)E)Cost EstimatingF)Permitting (i.e. ADEC water treatment systems permits, wetlands fill permits, wastewater discharge permits, hazardous materials transport/disposal permits, etc.) G)Construction Field Engineering (i.e. construction engineering, inspection, laboratory testing, on-site testing, safety engineering, scheduling, surveying for verification, etc.)H)Facilities Engineering (i.e. facility condition assessments, facility maintenance program design/implementation, facility energy use analysis, etc.) A documented internal Quality Control program shall be applied to all services performed. COORDINATION The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with Federal, State or local regulatory agencies to assure compliance with regulations, codes and policies. SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the NPS, the NPS occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect these "pass-throughs" would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the NPS will continue to acquire such specialized services. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: A)Demonstrated ability and experience to work statewide in Alaska in the type of projects required under this contract, particularly small projects, in various climatic regions; as well as specific past performance records on previous architecture/engineering work performed for federal, state, and local government agencies, and private industry, documenting the quality of the firm's work, the firm's history of meeting performance schedules/budgets, and the firms innovative problem-solving to meet the client's needs. B)Demonstrated experience with construction engineering including field engineering, constructability reviews, inspection, coordination and execution of testing, monitoring, construction safety, and quality assurance with a variety of types of construction. C)Demonstrated experience and technical competence in preparing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources and to the earth's managed resources. This includes, to the maximum extent practicable, specifying the use of recycled content material and recovered materials, and providing designs for construction that promote energy conservation, pollution prevention, and waste reduction. Emphasis will focus on familiarity with and project experience in applying principles of sustainability for the types of projects described and utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings. Emphasis will further focus on experience with the design and implementation of small-scale renewable energy systems such as wind, solar, and hydroelectric. D)Demonstrated professional qualifications of individuals listed to perform under the contract, including individual licenses, certifications, and experience in the work proposed. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e. multiple awards). SUBCONTRACTING REQUIREMENTS If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. In accordance with Public Law 97-507, the selected firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that _19_% of the contractor's intended subcontract amount be placed with small businesses; _3_% shall be placed with small disadvantaged businesses, _5_% shall be placed with women-owned businesses, _3_% shall be placed with veteran-owned small businesses, _3_% shall be placed with service-disabled veteran-owned small businesses; and _3_% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS Firms that fully meet the requirements described in this announcement are invited to submit an original and three (3) copies of a Letter of Interest and a completed Standard Form 330 for each firm and an organization chart of the team. The Standard Form 330, Part 1, shall include all disciplines identified in the above section entitled Disciplines, subparagraphs A and B. Standard Form 330, Part II, is to be submitted only for the disciplines identified in above section entitled Disciplines, subparagraph A, plus optionally those in subparagraph B. 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) or otherwise substantiates the relevant project work specifically described on Standard Form 330 or further defines the team beyond the Disciplines. Additional information should not exceed 30 double-sided 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 material 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 solicitation (http:www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 4:00 p.m. Alaska Daylight Time, 30 days after the posting of this notice at the following address: National Park Service, Alaska Regional Office, 240 West 5th Avenue, Anchorage, Alaska, 99501. Note: This is not a Request for Proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N9917100012/listing.html)
 
Place of Performance
Address: National Park Service, Alaska Region
Zip Code: 99501
 
Record
SN02026572-W 20091219/091217235049-ea99838bffbe470190b2b04383ac51a4 (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.