Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
MODIFICATION

C -- Tallgrass Prairie National Preserve, 226 Broadway, Cottonwood Falls, Kansas.New Visitor's Center & Administration Building.

Notice Date
6/30/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N6017100007
 
Response Due
7/13/2010
 
Archive Date
6/30/2011
 
Point of Contact
Richard A Braun Contract Specialist 3039876979 richard_braun@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 80225-0287 anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of two (2) 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 North American Industry Classification System (NAICS) Code for this requirement is 236220, and the U.S. Small Business Administration Size Standard is $33.5M. This solicitation is set-aside for HUBZone certified small businesses and any responsible HUBZone small business may submit a proposal which shall be considered by the agency. Proposals from other than HUBZone small businesses will not be considered. The Scope of Work (SOW) includes design and construction of the new visitor center and administrative facility at Tallgrass Prairie National Preserve, 226 Broadway, Cottonwood Falls, Kansas 66845-9728. The project designation is TAPR-077288. The visitor center will be approximately 3,000 SF and will include an exhibit area, lobby, auditorium/multi-purpose room, office, bookstore and support spaces. The administrative facility will be approximately 5,400 SF and include private and open office areas, a conference room and support functions. This project will also include a parking area for 37 cars, walkways, landscaping, septic system, underground utility connections to existing structures, security and public address systems, and infrastructure for telephone and internet systems. The work under this contract will not include exhibit design or fabrication, but will require coordination with the exhibit contractor. This project is expected to be universally designed and attain LEED Gold Certification The contractor's design will be based upon the Schematic Design (SD) drawings, project requirements narrative, and Performance Technical Specifications (PTS) that will be provided in a subsequent Request for Proposal (Phase Two). Contractor recommendations for creative cost savings and/or quality-enhancing design solutions may be considered via the later RFP/Phase Two process. The project process will follow National Park Service (NPS) workflows (http://www.nps.gov/dsc/workflows/designbuild.htm ). The estimated price is between $3,500,000 and $5,000,000, including all design and construction services. The contract provides for preparation of Design Development (DD) and Construction Documents (CDs). Record (redlined) hard copy drawings and As-Constructed AutoCAD files drawings will also be required upon construction completion. Firms that fully meet the requirements described in this announcement are invited to submit three (3) hard copies of its response. Only hard copy responses received by 2:00 P.M. (Mountain Time Zone), JULY 14, 2010, will be evaluated further. Up to Five (5) of the most highly-qualified Design-Build (D-B) firms will be short-listed to participate in Phase Two of this Design-Build selection process. The following factors in descending order of importance shall be used to evaluate the Qualifications submitted in Phase one of the competition. Offerors must respond to the factors below in order for NPS to determine which firms will be selected to participate in phase 2 of the Design Build process. 1. Past performance, demonstrating quality of work, professional design and construction expertise, technical competence, proven ability to resolve design issues and provide solutions to technical challenges regarding site issues, adherence to compliance requirements, Accessibility conformity with an emphasis on universal design, understanding of interpretation needs of the site, and ability to effectively schedule and manage a multi-disciplinary work force; 2. Extent of design/build experience, specifically demonstrated experience that the offeror's proposed A-E/ partnership has worked together on previous projects. 3. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis and a commitment to improving on the initial design concepts as related to 106 compliance and universal design concepts with ABAAS compliance without adding to the overall project cost; 4. Experience with projects of a type and scope similar to that of this project. Include any examples that demonstrate proven experience in administration of and/or construction of buildings with LEED Certification for New Construction. The Brooks Act does not apply to this procurement as the acquisition is NOT for Architect-Engineer Services. However, a Standard Form (SF) 330, U.S. Government Architect-Engineer Qualifications may be used to submit qualifications, but is not required. The SF 330's are formatted for Architect-Engineer (A-E) and related services, but this form can 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. Firms responding to this announcement using their own format should make certain all required information is included in their submittal. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit three (3) hard copies of its response. Responses shall include a Letter of Interest and, at a minimum, a cover letter outlining your approach, qualifications (similar to information found on SF330), an organization chart of the team, and resumes and projects for the prime contractor and each member 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) and further substantiates the relevant project work specifically described. Additional information should not exceed Twenty (20) 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 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 Central Contractor Registration (CCR) database (See also: http://www.bpn.gov) is required in order to conduct business with the Federal Government. DUE DATE: Responses must be received by 2:00 P.M. (Mountain Time Zone), JULY 14, 2010, at the one of the following address(es): Via Overnight Delivery Service: National Park Service; Attn: Dante Kubischta, 12795 West Alameda Parkway, Denver, Colorado 80228-2838. Via U.S. Postal Service: National Park Service; Attn: Dante Kubischta, P.O. Box 25287, Denver, CO 80225-0287. Note: This is NOT a Request for Proposals (RFP). PHASE TWO: Up to Five (5) of the most highly-qualified Design-Build (D-B) firms will be short-listed to participate in Phase Two of this Design-Build selection process. These most highly qualified Offerors selected in Phase One will be sent the Request for Proposal (RFP), solicitation # N6017100007, 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. The RFP will not require new design drawings as part of the Phase Two submittal. Short-listed offerors will also be asked to submit both a technical and price proposal, and past performance information based upon evaluation factors identified in the RFP. The technical proposal will require response to the following factors: Project Approach; Project Schedule; and Project Team Organization (which may include Key Subcontractors). Past performance will be evaluated based on information from references. Award of a single contract will be made to the "Best Value" offeror, considering tradeoffs between price an non-price factors. All Phase Two Proposal development costs shall be borne by the Offerors without reimbursement from NPS. Phase Two shall be conducted in accordance with FAR Part 15, Contracting by Negotiation. One Contract will be awarded using competitive negotiation. The anticipated Phase Two solicitation response time will be 30 days. Debriefings will be made available after contract award. Note: Architect-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 (D-B) process. For inquiries and clarifications, the primary point of contact is Richard Braun, Contracting Officer, telephone number 303-987-6979, email richard_braun@nps.gov. The alternate point of contact is Dante Kubischta, Contract Specialist, telephone number 303-987-2286, email dante_kubischta@nps.gov. No collect calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6017100007/listing.html)
 
Place of Performance
Address: Cottonwood Falls, KS
Zip Code: 66845
 
Record
SN02193341-W 20100702/100630235528-7551c424f32fa596b3d8077fd730018b (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.