Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2014 FBO #4488
MODIFICATION

C -- Engineering Services - Civil

Notice Date
3/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
NPS, IMR - Northern Rockies MABOPO Box 168Mammoth Supply Building #34Yellowstone NPWY82190US
 
ZIP Code
00000
 
Solicitation Number
P14PS00489
 
Response Due
3/31/2014
 
Archive Date
4/30/2014
 
Point of Contact
Sharon Skelton
 
E-Mail Address
Sharon_Skelton@nps.gov
(Sharon_Skelton@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 of subject Pre-Solicitation Notice #P14PS00489 is issued and replaces the original Pre-Solicitation Notice dated: 2/28/2014, in its entirety.. PRE-SOLICITATION NOTICE - Amended Civil, Environmental and Sanitary Engineering Services - Yellowstone NP, WY March 7, 2014 The National Park Service (NPS), Yellowstone National Park is seeking firms to provide Civil, Environmental and Sanitary Architectural & Engineering (A/E) services (Title I, II and III) under an Indefinite Delivery Indefinite Quantity contract (IDIQ). This IDIQ is being procured in accordance with The Brooks Act, Public Law 92-582, as implemented in FAR Subpart 36.6. NAICS: 541330 Engineering Services Size Standard: $14,000,000.00 THIS SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. GENERAL: CONTACTS: For further information call or e-mail: Sharon A. Skelton, Contracting Officer, 307-344-2075, sharon_skelton@nps.gov. CONTRACT TYPE AND AWARD: The NPS anticipates awarding one or more IDIQ contract(s) in response to this notice. The Government may award up to three (3) contracts as a result of this Pre-Solicitation Notice unless the Government determines, after evaluation of A/E qualifications, that only one A/E firm is capable of providing the services at the level of quality required. Each contracted firm shall be provided a fair opportunity to be considered for individual task orders. CONTRACT PERIOD: The IDIQ contract(s) will be issued for a Base year & Four (4) One year Option periods. ORDERING LIMITATIONS: The NPS will order work by issuance of firm fixed price or not-to-exceed task orders. The maximum ordering limitation will be $15,000,000 for the life of the contract. Each task order will not exceed $1,500,000. The $15,000,000 maximum may be realized in a single year or spread out 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 $2,000. INDEMNIFICATION: The NPS 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. BRIEF DESCRIPTION OF THE PROJECT SCOPE: REQUIRED SERVICES: The services to be provided will be Pre-Design, Compliance, Schematic Design and Supplemental Services; Design Development and Construction Documents; and Construction Management. All work and deliverables shall be stamped and sealed by Registered Professionals registered in the state where the project site is located. Pre-Design, Compliance, Schematic Design and Supplemental Services (Title I): Services in this category may include, but are not limited to, the preparation of conceptual, schematic, and preliminary design documents. This may include site and feasibility investigations; laboratory testing; pilot testing of water treatment systems; surveying; geotechnical studies; drilling of test/pilot wells; investigation and analysis of existing systems; research and analysis of pertinent Federal, State, and local regulations and codes; permitting; value analysis (engineering) and preliminary design, including alternatives analysis, schematic design and design development; preliminary drawings; and value and design analysis, including acquisition of data pertaining to local construction practices and material availability, outline specifications, and preliminary construction cost estimates; comparability cost analysis; NEPA and Section 106 Compliance; and peer review of NPS in house or other A/E designs. Design Development and Construction Documents (Title II): Services in this category may include, but are not limited to, the preparation of design development documents, construction drawings, and construction specifications and preparation of construction cost estimates for civil/environmental/sanitary engineering projects, including repair, rehabilitation and modification of existing buildings, roads with associated parking, and utility systems; wells and drainage and peer review of NPS in-house or other A/E designs. Final construction documents (i.e., plans and specifications) must be furnished to the NPS in an electronic format capable of being transmitted over the Internet to the general public via electronic commerce. Construction Management (Title III): Services in this category may include, but are not limited to, construction management services, which include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. This includes construction observation, review of submittals, value engineering, site visits, field testing, the preparation of operation and maintenance manuals, construction support, and consultation during construction. Much of the work to be performed in historic buildings and sites will require continuous attention to compliance with historic preservation guidelines, techniques, and oversight. Topographic Surveying (should include 3D terrain modeling capability), Utility Line Surveys (TV and pressure testing of underground lines), Soil Testing (includes borings and lab analysis). Environment Services that include sampling of soil, water, air and construction material for hazardous content (field sampling and lab work), review of construction contractor provided hazardous substance remediation plans, both safety and QC plans, field consult and Quality Assurance on hazardous material remediation actions, cost estimating, hydrologic analysis (for example install a groundwater well and record/report on water depths and flow rates), specialty area field QA, for example: Conduct a one day mechanical engineering site inspection and prepare a report of any code deficiencies found. PROJECT TYPES: Projects may include, but are not limited to: A). Water supply, treatment, distribution, and water storage tank systems; B). Wastewater collection, treatment, and disposal facilities; C). Wastewater reclamation and reuse (both potable and non-potable facilities); and D). Water and wastewater pumping facilities. As an example: the size of projects for Parts A through D, above, the size will range from very small (5,000 gallons per day capacity) to larger (over one million gallons per day capacity). Complexity will range from that of groundwater wells with disinfection to complete treatment facilities for surface water sources, and from that of on-site septic tank/drain field systems to wetlands, lagoons, alternative and/or advanced wastewater treatment processes, and conventional wastewater treatment facilities. Projects may also include, but are not limited to: E). Rehabilitation and new construction of Visitor Centers, Administrative Facilities, Maintenance Facilities, Comfort Stations, Residences, Campgrounds, Utility Infrastructure, Marine Facilities and other structures and facilities; F). Roads, intersections, bridges, and parking areas; G). Surveying may include, but is not limited to, ground surveys, boundary surveys, aerial photography and aerial topographic surveys, global positioning systems (GPS) surveys, preliminary and final design layouts, construction layouts, as-built surveys, hydrographic and hydrologic surveys, and technical assistance; H). Drainage and storm water management systems; I). Environmental Engineering and Compliance Permitting, including hazardous materials condition assessments and testing, underground storage tanks and system appurtenances, and air and water quality monitoring systems; J. National Environmental Policy Act (NEPA) and Section 106 Compliance; and K. Geotechnical Engineering PROJECT LOCATIONS: The primary area of project work and task orders will be located throughout Yellowstone NP, Glacier NP & Grand Teton NP. In addition, contract(s) shall allow for issuance of individual task orders for projects throughout the Intermountain Region including states of Wyoming, Montana, Arizona, Colorado, New Mexico, Texas, Oklahoma and Idaho. ORGANIZATION: The lead firm(s) selected for contract award will be predominately Civil, Environmental and Sanitary design firm(s) as the majority of services to be performed under this contract(s) will be Civil/Environmental/Sanitary in nature. In order to maximize competition, the NPS is encouraging joint venture arrangements as well as prime/subcontractor relationships for this solicitation. REQUIRED DISCIPLINES: Required disciplines include professionals registered as Civil Engineers, Traffic Engineers, and Environmental/Sanitary Engineers. Sub-consultant disciplines, which may be required for some projects include professionals registered in structural, electrical, mechanical, hydrologic, fire/safety, and process/instrumentation engineering; surveyors; geotechnical engineering; architecture; landscape architecture; construction management, commissioning, and cost control/estimating. Environmental and hazardous materials assessment personnel may coincide with other professionals previously listed and also may include subject matter experts in the resources affected by the action. Other services, e.g. AutoCAD drafting, word processing, cost estimating, etc., will be required in the performance of specific task order requirements. 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 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 construction projects, green certifications, green building awards, and use of green technologies. The LEED program is an example one such certification program. REGISTRATION / LICENSING: Where applicable, the listed disciplines shall be licensed / registered to practice in the state in which the project is located. The facilities in Yellowstone National Park are located in the states of Wyoming, Montana and Idaho. At the time of contract award the disciplines shall be or shall hold reciprocity eligibility to become licensed to practice in the states identified above. In addition where applicable the listed disciplines shall meet the Secretary of the Interior's Professional Qualification Standards. At least one person within the disciplines on the A/E's team shall be a LEED accredited professional. PERIOD OF PERFORMANCE: Periods of Performance shall be noted in each individual task order. Period of Performances may extend over several fiscal years. REGULATIONS: The A/E shall be responsible for compliance with all federal, state and local regulations, codes and policies. SUBCONSULTANTS: In the course of doing business with A/E firms under contract with the NPS, the NPS occasionally needs to obtain specialized services from sub consultants under the prime contract. In these instances, the majority of the work may be performed solely by the sub-consultant with little involvement of the prime contractor. Even though the work is performed primarily by the sub-consultant, the NPS will ensure that the prime is involved in all discussions and all correspondence is routed through the prime. The prime shall not be granted an administrative handling or coordination fee on sub-consultant's services. LIMITATIONS ON SUBCONTRACTING 52.219-14 (DEC 1996): Limitations on Subcontracting is applicable to this contract. SELECTION / EVALUATION / AWARD PROCESS: SELECTION PROCESS: A/E selection and award will be completed in three phases as follows: Phase I: a) Interested firms shall submit their qualifications to perform the services noted above. b) A NPS evaluation panel will evaluate each company's qualifications in terms of the evaluation criteria noted below. Based upon their evaluations the panel will select a minimum of three firms for interviews. Phase II: a) An interview may be conducted with each of the firms selected in Phase I. During the interview the A/E teams shall present their qualifications. Presentations shall address each of the evaluation criteria. b) Based upon all information obtained the evaluation panel will provide to the Contracting Officer a final selection list which states in order of preference three firms considered most highly qualified to perform the work. Phase III: a) The Contracting Officer will issue a Request for Proposal to the highest ranked A/E firm(s). b) The A/E firm shall prepare and submit a proposal to the NPS. The proposal shall include unit pricing for the stated disciplines/services. c) The NPS and the A/E firm shall attempt to negotiate a mutually satisfactory contract. If a contract cannot be negotiated, the contracting officer shall initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract(s) has been negotiated. EVALUATION CRITERIA: Evaluation and selection of the firm(s) will be based on the following evaluation criteria, listed in descending order of importance: 1)Demonstrated professional qualifications necessary for satisfactory performance of required services. (professional registration, technical expertise, experience, including all principles/ key staff, its consultants, project personnel, with projects of both in urban and remote locations. Emphasis will focus on familiarity with and project experience in applying principles of sustainability in climatic regions such as high mountains, and heavy snow areas, for the types of projects described. Emphasis will also focus on utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings). 2)Specialized experience and technical competence in the type of work required. (Demonstrated good judgment in selection of treatment processes that are appropriate for level of staffing, remoteness of facility, extreme climatic conditions, and other factors. Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.) 3)Capacity to accomplish the work in the required time. (Demonstrated project management experience and expertise with integrated design, with an emphasis on coordinating multidisciplinary teams, sub-consultant working relationships, establishment of upfront environmental goals, whole systems approach and follow-through. Demonstrated ability of the firm or organization to communicate, coordinate and facilitate work expediently. Demonstrated ability to design portions of a multidisciplinary design project independently, to participate in reviews, and to facilitate coordination into a multidisciplinary design project. Demonstrated capacity to respond to short time frames and accomplish multiple simultaneous projects within desired schedules, while maintaining a high standard of quality of work and cost control). 4)Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (The Government may use other means of evaluating past performance i.e., PPIRS/ACASS www.ppirs.gov/). 5)Location in the general geographical area of projects and knowledge of locality. Primary areas of work will be in Yellowstone NP, WY; Glacier NP, MT and Grand Teton NP, WY The A/E shall be located in the general geographical area of Yellowstone National Park, WY and shall possess knowledge of the locality. EVALUATION OF MULTIPLE AWARDS: In addition to other factors, Statements of Qualifications will be evaluated on the basis of advantages and disadvantages to the NPS that might result from making more than one award (i.e. multiple awards). SUBMISSIONS: CONTENTS: Small Business Firms that fully meet the requirements described in this announcement are invited to submit the following: Five (5) paper copies of their Standard Form 330, Architectural-Engineer Qualifications, Parts I and II. Limit your SF 330 along with supporting data for a total package of not more than 80 pages (front & back), 8 x 11 paper, using 12 pitch. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection board. FORMAT: It is recommended that submissions be spiral bound and developed and assembled in a manner that addresses the Evaluation Criteria. Provide five copies of all submitted information. DUE DATE / TIME: Firms shall submit their qualifications so as to insure they are delivered by 4:00 p.m. MT, April 2, 2014. Late submissions will be determined non-responsive. DELIVERY: E-mail or fax submissions will NOT be accepted. Submissions shall be delivered via mail or handcarried: USPS: National Park Service, Attn: Sharon Skelton, PO Box 168, Yellowstone National Park, WY 82190-0168. Federal Express/UPS & DHL: National Park Service, Attn: Sharon Skelton, Bldg# 34, Yellowstone NP, WY 82190-0168. or hand carried to: National Park Service, Attn: Sharon Skelton, Bldg. #MA 508 Fleet Maintenance, Yellowstone National Park, WY 82190.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00489/listing.html)
 
Record
SN03304777-W 20140309/140307234234-a564910f1ce060d8c944e362499f92e0 (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.