Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2012 FBO #3815
MODIFICATION

C -- A/E IDIQ for the Southeast Region

Notice Date
5/3/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
SER - National Park Service SER - EASU - East Major Acquisition Buying Office100 Alabama St., SW - 1924 Building Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
Q12PS51055
 
Response Due
7/17/2012
 
Archive Date
5/3/2013
 
Point of Contact
Laurie N. Chestnut Contracting Officer 4045075745 laurie_chestnut@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
This amendment is issued to make corrections to delete reference to design and construction and delete reference to consultants information being provided in Phase I. The announcement is corrected and SHOULD READ: FUNDING: Funds are NOT currently available. Task orders will be funded individually as requirements occur. The National Park Service (NPS), Southeast Regional Office, 100 Alabama Street, SW, 1924 Building, Atlanta, Fulton County, Georgia issues this requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) inviting Architectural/Engineering firms(s) or organizations to provide design for its Parks for various architectural, historic architectural, preservation, restoration, stabilization, rehabilitation new construction, engineering, infrastructure development, landscape architectural design and planning projects Multi-Award Task Order Contract (MATOC). For the purpose of this contract, Architect/Engineer (A/E) Services will be provided for a variety of projects within areas of national significance at locations primarily throughout the Southeastern United States in Alabama, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, San Juan, Puerto Rico, South Carolina, Tennessee, and the U.S. Virgin Islands. The intended result of this solicitation is to make multiple basic contract awards to a minimum of 3-4 qualified firms. The basic contract type will be indefinite delivery indefinite quantity (IDIQ) with each project awarded as a firm fixed price, individual Task Order. There will be two (2) evaluation phases. Phase I (Short-list Criteria) and Phase II (Award Selection Criteria). Only the firms that are shortlisted in Phase I will be invited to participate in the Phase II selection process.This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15.3, FAR Part 36 and the Brooks Act Public Law 92-582. This procurement is unrestricted and is open to both small & large business concerns. However, it is our goal to award to at least one Service Disabled Veteran Owned business, one Hub-zone business and one Woman-Owned business. Therefore, to the fullest extent practical, the National Park Service welcomes the participation of small business firms(s) including hub-zone, woman-owned, small disadvantaged and service-disabled veteran owned small businesses to participate as prime contractors. The North American Industry Classification System code (NAICS) for Architectural/Engineering Sector 541990, size standard (standard $7.0 million), and the estimated price range is to be specified on each individual task order. The contract will require that the selected firm(s) be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under the solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order preference, to the firms(s) considered most highly qualified to perform the work. One or more task order(s) may be issued during the performance period of the contract(s). In accordance with the Federal Acquisition Streamlining Act and FAR 16.505(b), the Contracting Officer will provide each awardee a "fair opportunity" to be considered for each order in excess of $25,000 unless one of the conditions outlined in the Multiple Awardees, Fair Opportunities Clause (Special Provision) applies. Procedures and selection factors to be considered for each task order which provide "fair opportunities" will be set forth in the Multiple Awardees, Fair Opportunities Clause in the solicitation. Task orders will be issued as project requirements are developed. The term of the MATOC will be for one base year and 4 one-year renewable options, Not to Exceed 5 years total. Task Orders may vary in size but are expected to be issued for projects in the $2,500 to $500,000.00 range with most of the projects being below $500,000.00. The maximum ordering limitation will be $20,000,000.00 for the life of the contract. Each task order will not exceed $500,000.00 and the maximum authorized amount for all task order(s) per year is $4,000,000.00. The guaranteed minimum for the life of the contract includes the base year period and all options exercised are $15,000.00 or $3,000.00 per year. The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials, that is, a clause holding the firm harmless will not be included in the contract. Subcontracting Plan Requirement: In accordance with Public Law 97-507, the A/E Firm will be required to provide the maximum practicable opportunities for small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for subcontracting plan on that part of the work it intends to subcontract. The awardee(s) will be required to self-perform at a minimum, 30% of the work during each contract period.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 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 operation of Government facilities. Implementing sustainable design and construction practices is the constant process of identifying and incorporating activities and actions during facility planning, design, construction, and operation. Ultimately, all new construction and major renovation in the National Park Service need to meet the requirements set for under the same heading in the appendix. The professional services that may be provided under this contract are of an architect or engineering nature, as defined by State law, as applicable, which are required to be performed or approved by a person licensed, registered, or certified to provide such services. Reference FAR Clause 52.236-25 Requirement for Registration of Designers (APR 1984) The types of services to be performed under this contract, include, but are not limited to the following: Title I Services--Pre-design and Preliminary Design Phase - May include project scoping and programming; site planning/analysis; building conditions inventories; architectural/landscape architectural character studies and surveys; conceptual, schematic, and preliminary design; design development; code research and analysis; design analysis, energy conservation and life cycle costing, value engineering; outline specifications; preliminary cost estimates (Class "B" and "C"), and other special services, such as providing necessary advance topographical or other field surveys, obtaining test borings or other subsurface data, and conducting technical analyses or investigations. Title II Services- Contract Documents Phase - May include preparing detailed drawings, specifications, detailed Class "A" Cost estimates for construction of facilities, structures, utilities and other appurtenances, as well as analyzing Contractor proposals and providing advice and interpretation of plans and specifications during the contract bidding and construction period. The maximum amount that can be paid to an A/E to produce plans and specifications is 6% of the estimated cost of the construction (41 U.S.C. 254 (b)). Construction drawings shall be developed from approved preliminary drawings and they shall embody adequate architectural, landscape architectural, civil, structural mechanical and electrical drawings showing details, dimensions, notational information and other data to ensure that the Construction Contractor has a complete understanding of all elements of work. All designs shall comply with:a.Applicable National and Local Building Codesb.OSHA Requirementsc.National Electric Coded.National Electrical Safety Codee.Uniform Mechanical Codef.National Fire Protection Association Standardsg.All Other Applicable Codes and Standardsh.ASHRAE energy efficiency bookmark In accordance with Public Law 100-418 and Executive Order 12770, all Federal design work is to be performed using the metric system of weights and measures. Design work performed under this contract may be subject to this requirement. Individual task orders will specify whether or not the metric system will be required for design under the task order. The maximum A/E fee for all Title I and II design services shall be limited to 10% of the net estimated cost of the construction. Title III Services--Construction Observation and Inspection Phase - May include review and recommendation of approval of shop and other working drawings submitted by the construction contractor or subcontractors during construction, observation and inspection of construction (intermittent on-site inspection and/or permanent on-site inspection), preparation of operation and maintenance manuals, and preparation of record drawings showing construction as actually accomplished (as-built drawings). Other Services - "Design-build services - May include development of Request for Qualifications or Request for Proposals"BIM services "Environmental services (groundwater remediation, onsite soil assessment, etc)"Geo-referenced and grid-tied survey data requirements"Original electronic format of documentation (not scanned, except for signature pages) All work performed under this contract will be guided by National Park Service policies and directives, including utilization of environmentally sensitive and sustainable products and procedures, and must meet the requirements of all applicable laws and regulations, particularly The National Environmental Policy Act, The National Historic Preservation Act and The Secretary of Interior Standards. Identification of team members, other than the Lead firm is not required at this phase. Submission Requirements and Evaluation Criteria - Specific evaluation criteria in descending order of importance for Phase I is as follows. (1) Past Performance (35%): The A/E Firm(s) will submit a portfolio of not more than five new or renovation projects completed in the last ten years (maximum of five pages per project). At least two projects should include restoration/conservation work and represent a history of commendable design work in the restoration/conservation specialty. The narrative shall address the design approach with salient features for each project and discuss how the client's program, function, image, mission, economic, schedule, sustainability, energy conservation, life cycle cost, and operational objectives were satisfied by the overall design/planning solution. It should describe how preservation goals were met and address the relevance of submitted projects to this project, including the integration of contemporary functions and technology, if applicable, into an historic building. This section of the submission should include tangible evidence such as certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. A representative floor plan, a site plan, a building section, or other appropriate drawing, and a minimum of four photographs must be included for each project. (2) Professional Qualifications and Technical Expertise of the Firm (25%). The A/E will address the qualifications of the proposed team members with particular emphasis on demonstrated knowledge and experience in architectural, historic architectural, sustainability, preservation, restoration, stabilization, rehabilitation, new construction, engineering, infrastructure development, landscape architectural design and planning projects; architectural, engineering and preservation technology, field documentation, and preparation of related reports and studies; and ability to meet licensing and/or professional registration, and complying with Federal, State and Local codes and regulations. (3) Philosophy, Approach and Intent (25%): The A/E will address (maximum of two pages), as related to this project: the parameters of an overall design philosophy; approach to the challenge of historic public architecture and related issues including energy conservation; parameters that may apply in creating an effective approach to accommodating the cultural and historic fabric of the NPS; and a commitment to integrated and sustainable design.(4) Specialized recent experience (15%): The A/E firm will demonstrate competency of the firm and staff in the design of (a) projects that reflect architectural themes and settings to minimally impact and aesthetically compliment the cultural and natural environment; (b) projects that demonstrate successful integration of "The Secretary of the Interior's Standards for the Treatment of Historic Properties" or similar standards for preservation, rehabilitation, stabilization, restoration and reconstruction of historic properties; and (c) familiarity with the principles of sustainable design, new construction and similar project experience demonstrating the sensitive integration of natural and cultural resources. Phase II The short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. Sufficient time will be provided for the Lead -A/E Design Firm to establish its team. The firms will be required to complete Standard Form 330 Architect Engineer Qualifications Parts I and II that reflect the entire design team. The Government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Phase I short-list announcement. The A/E Selection Board will interview each team in the Phase II Selection process. Candidates should be prepared to discuss all aspects of the criteria indicated and evaluation criteria as established for Phase II, and demonstrate their ability to fulfill all project requirements. Emphasis may be placed on the Lead A/E Team's understanding of the unique aspects of the project, their design philosophy, project management process, and quality assurance plan. Responses to the evaluation criteria and interview questions will be used as part of the ranking. IMPORTANT INFORMATION FOR PHASE I SUBMITTALSFirms having the capabilities to perform the services described in this announcement are invited to respond by submitting Standard Form 330 Architect Engineer Qualifications Part II, which must not be dated more than twelve (12) months before the date of this synopsis along with letter of interest and the portfolio TO: National Park Service, Attention: Laurie Chestnut, Contracting Officer. Delivery Address: 100 Alabama Street SW, Building 1924, 5th Floor, Atlanta, GA 30308. Phone number: 404-507-5745. Email address: laurie_chestnut@nps.gov. Electronic submissions will not be accepted. A Pre-Submittal Conference is scheduled for Thursday, June 14, 2012 at 10:30 a.m. (EST) at the National Park Service Offices, 100 Alabama Street SW, Atlanta, GA 30303 (subject to change). Questions concerning this project must be submitted to the Contracting Officer not later than 2:00PM on June 29, 2012. Questions may be submitted electronically by fax to 404-562-3256 or by email to laurie_chestnut@nps.gov. The Government reserves the right not to address any inquiries received after that time. ALL SUBMISSIONS ARE DUE by 2:00 p.m. (EST) on July 17, 2012. A total of three (3) copies of the firm's submission are required. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing time. Late responses are subject to FAR 52.208(b) (1). These services will be procured under the Brooks A/E Act and FAR Part 36. In this process the Government will award to the most highly qualified A/E Team with whom it can negotiate a fair and reasonable price. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. This is not a Request for Proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q12PS51055/listing.html)
 
Place of Performance
Address: Southeast Region
Zip Code: 30303
 
Record
SN02738721-W 20120505/120504000751-2d1e3c00389cdd69bfde9d0f6778e055 (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.