Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

C -- General engineering and supporting services at the President's Park and other sites

Notice Date
5/9/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P17PS01290
 
Archive Date
6/8/2017
 
Point of Contact
Paula Johnson, Phone: (303) 987-6643, Karen La Bouff-Kind, Phone: (303) 969-2181
 
E-Mail Address
Paula_Johnson@nps.gov, karen_labouff-kind@nps.gov
(Paula_Johnson@nps.gov, karen_labouff-kind@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the following work: General Engineering and supporting services (Architecture, Historic Architecture, and Landscape Architecture) under an Indefinite Quantity contract for a variety of projects located at President's Park and other designated classified areas throughout the United States, its territories and possessions. The interested parties must currently have facility security clearance at the "TOP SECRET" level and safeguarding security clearance at the "TOP SECRET" level. If you are interested, please submit brief capabilities, past performance information, and firm's security clearance information in writing to demonstrate capabilities. The amount of interest, or lack thereof, will determine the possibility of competitive set-aside or full and open competition within the firms holding the appropriate security clearances. The NAICS Code for this requirement is 541330 with a corresponding size standard of $15.0 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108. All firms should be certified in SAM https://www.sam.gov. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • 8(a): In accordance with FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • HUBZone: In accordance with FAR clause 52.219-3, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. All services will be provided under an Indefinite Delivery Indefinite Quantity contract. The Government anticipates selecting multiple firms for these contracts. The base contract period will be for one (1) year with options to extend for four (4) additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation is anticipated as $15,000,000.00 for the life of the contract. The $15,000,000.00 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 $15,000.00. The lead firm(s) selected for contract award will be engineering firm(s), with in-house or subcontracted multi-disciplinary architectural and engineering support. The majority of services to be performed under this contract(s) will generally be engineering in nature. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation. However, the Prime Contractor must have a facility security clearance at the "TOP SECRET" level with a safeguarding security clearance at the "TOP SECRET" level and be capable of sponsoring sub-consultants that are not cleared at the time of award of the Indefinite Quantity contract. The core team of required disciplines includes, but are not limited to, professionals registered as engineers, architects, and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Mechanical Engineering, Electrical Engineering, Civil Engineering, Cost Control/Estimating/Life Cycle Costing/Engineering, Marine Design/Engineering, Fire Protection Engineering, Construction Engineering, Geotechnical and Structural Engineering, Architecture, Landscape Architecture, Historic Architecture, Architectural Conservation, Certified Value Specialists, LEED Accredited Personnel, Security, Lighting, Land Surveying, Industrial Hygiene, and Sustainable Technologies. Additional disciplines which may be required for some projects include professionals registered in, or meeting the Secretary of the Interior's Professional Qualification Standards for (as appropriate), Historic Landscape Architecture, Archeology, Cultural Resources, Natural Resources, and Exhibit Specialists. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, graphics, 3D mockups, Microsoft Office applications, Adobe Acrobat, copying/printing, etc., may be required in the performance of specific task order requirements. In addition removal and replacement of building finishes, destructive testing, foundation testing, hazardous materials testing, surveying and geotechnical testing and analysis, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the following: • Prime Contractor must have a current facility security clearance at the "TOP SECRET" level with a safeguarding security clearance at the "TOP SECRET" level and be capable of sponsoring sub-consultants that are not cleared at the time of award of the Indefinite Quantity contract • Possess all professional qualifications, including individual professional licenses, certifications, etc for those states listed in the area of coverage (nationwide). • Ability to self-perform and perform within the Limitations on Sub-contracting requirements listed above. • Ability to meet concurrent requirements for multiple task orders at various locations nationwide. Do not submit SF-330, Architect-Engineer Qualifications. Firms responding to this notice must submit a narrative, not exceeding ten (10) pages, addressing the following: • Description of how capability requirements above will be met. • Brief past performance information. • Percentage and description of self-performed work over the previous five (5) years. • IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business. • Firm's current security clearance level and expiration date • Firm's name and address including Facility Security Officer's information. • Firm's DUNS number and CAGE Code of facility that meets safeguarding requirements. All firms responding to this sources sought shall keep responses to a maximum of ten (10) pages including the cover sheet, if any. Responses are due no later than noon (12:00 p.m.) Mountain Time on Wednesday, May 24, 2017. Responses shall be submitted by email only with subject titled "PRPA ENGINEERING IDIQ" to the following email address: karen_labouff-kind@nps.gov paula_johnson@nps.gov The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socio-economic business programs. The NPS does not intend to pay for any information provided under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS01290/listing.html)
 
Record
SN04501673-W 20170511/170509235407-8f377ebdc4de5f72cf7f622db41ebb28 (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.