SOLICITATION NOTICE
F -- TUIN HRS AND NR
- Notice Date
- 7/19/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NPS, SER - Regional Contracting 100 Alabama St., SW 1924 Building Atlanta GA 30303-8701 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS02148
- Response Due
- 8/25/2016
- Archive Date
- 9/9/2016
- Point of Contact
- Chestnut, Laurie
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Notice and this announcement does NOT constitute the Request for Proposal (RFP). This requirement is a 100% set-aside for woman-owned small businesses. This simplified acquisition procedure utilizes the requirement of FAR Subpart 13.106-2 and formal source selection procedures will not be used. However, the best value continuum as prescribed at FAR Subpart 15.101 is applicable. It is anticipated that the RFP will be issued on or about August 10, 2016. Proposals will be due on or about August 25, 2016. The point of contact is Laurie Chestnut, Contracting Officer (CO); email to laurie_chestnut@nps.gov. The National Park Service (NPS), Southeast Region (SER), East Major Acquisition Buying Office, 100 Alabama Street, SW, 1924 Building, 5th Floor, Atlanta (Fulton County), Georgia is seeking to select the most highly qualified firm to prepare a report describing the current integrity and condition of the Savannah National Historic Landmark District in Savannah, GA. Proposals should not be more than 25, 8 ½ X 11 pages, front and back. The proposals shall include information for the prime contractor as well as all consultants. The proposals shall clearly, specifically, and concisely address the evaluation factors. Submission of office brochures is encouraged only to the extent that they geographically substantiate the relevant work specifically described. The proposals must be sent electronically to the attention of Laurie Chestnut, Contracting Officer; email address: laurie_chestnut@nps.gov; by the specified closing date and time shown in the RFP. Failure to submit the evaluation criteria and other pertinent information will render the submission unacceptable. The NAICS is 541330, Engineering Services with a size standard of $15 million. The PSC is F099, Other Natural Resources and Conservation Services. The purpose of this ¿best value tradeoff ¿ is to select the most highly qualified firms to produce a Historic Resource Study (HRS) and National Register nomination for Tuskegee Institute NHS and campus buildings outside the NPS boundary. The project will be completed in two phases: preparation of the Historic Resource Study (Phase I) and preparation of the National Register nomination (Phase II). Phase II is tentatively scheduled to begin in fiscal year 2017 and is contingent on the availability of funding. Phase I - A historic resource study (HRS) provides a historical overview of a park or region and identifies and evaluates a park's cultural resources within historic contexts. It synthesizes all readily available cultural resource information from all disciplines in a narrative designed to serve managers, planners, interpreters, cultural resource specialists, and interested public as a reference for the history of the region and the historic resources within a park. Entailing both documentary research and field investigations to determine and describe the integrity, authenticity, associative values, and significance of resources, the HRS supplies data for resource management and interpretation. The HRS also identifies any need for special history studies, cultural landscape reports, or other detailed studies and may make recommendations for resource management and interpretation as appropriate. The HRS should also establish historic contexts that can be used for preparation of a National Register nomination. Phase II - This scope of services directs the contractor to prepare new National Register of Historic Places (NRHP) documentation for all resources within the boundary of Tuskegee Institute Campus (approximately 100 acres) in accord with current standards and scholarship. The nomination should rely on historic contexts developed for the Historic Resource Study (phase I of this project). The technical Evaluation Factors are (listed in descending order of importance: 1) Demonstrated Past Performance: Submit a portfolio (not more than 25 8 ½ X 11 pages, front and back), of 3-5 similar completed projects in the last five years that are similar in nature and/or complexity to this requirement. Provide contact information (owner ¿s name, contact and telephone number) and description for 3-5 similar projects completed within the last five years. Similar projects should include a national register component; 2) Technical Approach and Understanding of the Requirement: The contractor must demonstrate its approach in accomplishing the study including the: a) appropriateness and completeness of methods and procedures; b) schedules, including sequencing and duration of various phases, and allocation of time among project activities; and c) allotment of time among team members, including but not limited to key personnel defined in section 7.0(a), for undertaking the documentary research, field investigation, analysis, and preparation of the form. The factor must be addressed by demonstrating a sound and thorough understanding of the work to be performed, issues to be addressed, and problems that may be encountered.; 3) Professional experience of key personnel in undertaking the evaluation of architecturally and historically significant districts with a cultural landscape component of similar magnitude, significance and complexity. Resumes of project team members, examples of similar projects and references should be provided for purposes of evaluation; and 4) Management Capabilities and Organization of the firm as it relates to the ability to assemble multi-disciplinary teams and to meet the graphic and other technical requirements of the work for submission to the National Register. More information regarding the proposal requirements will be detailed in the RFP. 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. Inquiries regarding this announcement must be submitted in writing to the CO by email to laurie_chestnut@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS02148/listing.html)
- Record
- SN04187538-W 20160721/160719234532-7bdbeeb5b39f2fde0d0ce2c87e57a236 (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 |