SPECIAL NOTICE
C -- Architecture and Engineering Services
- Notice Date
- 5/5/2016
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NPS, SER - North MABO 107 Park Headquarters Road Gatlinburg TN 37738 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS01075
- Archive Date
- 7/6/2016
- Point of Contact
- Pike, Ryan
- Small Business Set-Aside
- N/A
- Description
- This synopsis is to solicit responses which the National Park Service (NPS), Southeast Region, Major Acquisition Buying Office (MABO) North, will utilize to select a contractor for negotiations leading to the award of a contract to be used for the acquisition of Architect-Engineering (A-E) Services at Great Smoky Mountain National Park. The A-E services to be provided under the proposed procurement consist of providing Architectural, Civil, Mechanical, Electrical, Interior Design, Fire Protection and IT support for the park and its facilities. Services may consist of any combination of the following: scope development, conceptual development, cost estimating, design & specification development, post construction submittal review, construction inspection services and commissioning. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this synopsis. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330(parts I & II). 2. Have project managers and consultants that hold a professional degree and are licensed professional engineers or registered architects. 4. Have the lead office located within 90 miles from Gatlinburg, TN. 5. Have a minimum of 10 employees located at the lead office. Factors, listed in descending order of importance, to be used in the selection process include: (1) Specialized experience and demonstrated capabilities in the areas of, cost estimating, design & specification development,, post construction submittal review, construction inspection services, experience should be demonstrated with the emphasis in water storage tank, including foundation design and site grading, water main design; (2) Professional Qualifications; (3) Past Performance on A-E contracts in support of Government agencies or private industry over the last 10 years (4); Capacity to accomplish the work in the required time frame and capacity to perform; (5) Geographical Location. Responding firms not providing all required information may be negatively evaluated. SF 330s will be evaluated to determine the most highly qualified firms based on criteria responses. The top three or more firms chosen by the final selection board will be required to participate in an interview process and make a technical presentation to the selection board. The interview and presentation will occur either remotely via teleconference/videoconference or at the Great Smoky Mountain National Park Headquarters located in Gatlinburg, TN. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers/email addresses could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The resultant contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an anticipated period of performance of a base plus two option years from date of award. In accordance with FAR 16.500(d) and Subpart 36.6, the Government will make a single award. Value of the contract is estimated to be under the simplified acquisition threshold of $150,000.00. It is estimated that contract award will be made in June 2016. A-E firms must be registered with The System for Award Management http://www.sam.gov prior to their submission for this opportunity. Firms shall also submit their DUNS number with their submission to this opportunity. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 330 and appropriate data as described in Government-Wide Numbered Note 24. The SF 330 Part I shall not exceed 75 pages. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include project name "GRSM A& E IDIQ" in their submitted Standard Form 330, Architect-Engineer Qualifications, as well as on the letter of transmittal and other information submitted in response to this announcement. Firms responding to this announcement after the closing date and time will not be considered. Forms must be complete and current. Each firm must complete and submit a separate Part II of the SF 330, regardless if one is on file with this agency. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. Firms may be rejected for incomplete or missing SF 330s Include the firm's point-of-contact, email address and telephone number in the submittal. Firms shall submit the following: a) One (1) Adobe PDF file(not to exceed 30MB in file size) of SF 330 for the prime offeror (SF330 should also include team's sub-contractors) addressing aforementioned selection criteria information. Submissions must be received by the Contracting Officer, via email, no later than 1000 Hrs EST on May 23rd, 2016, in order to be considered. Hand delivery to address below will not be permitted. Site visits will not be arranged prior to the due date referenced above. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact NPS officials by letter, email or by telephone to request additional information. Potential offerors are responsible for monitoring this web site for the release of any modifications to this announcement. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access this notice or applicable modifications to this notice. All responsible sources may submit a response at their own cost. This is not a request for a pricing proposal. The email address for submission of your SF 330 is lara_anderson@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01075/listing.html)
- Record
- SN04106894-W 20160507/160505234413-67264b93958da9f1e26b8c519be14d72 (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 |