Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
MODIFICATION

C -- Midwest Region A&E IDIQ

Notice Date
5/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PS01452
 
Point of Contact
Marlene Haussler, Phone: (303) 969-2159
 
E-Mail Address
Marlene_Haussler@contractor.nps.gov
(Marlene_Haussler@contractor.nps.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NO. 1 - Is to correct the response date of June 12, 2018 to June 12, 2017 3:00 pm MT. This is a sources sought announcement, NOT a Request for Proposal (RFP). This announcement is intended solely to investigate the breadth of the small business, architect firm community and identify those small business architect firms that have the capability of performing as the lead firm in various architect-engineer projects for the National Park Service. The National Park Service (NPS) Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of SMALL BUSINESS SOURCES (to include Certified 8(a), Certified HubZone, Certified Service Disabled Veterans, and Woman-Owned Business Sources) for the following work: Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the Midwest Region (primary area) which includes the States of North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Iowa, Minnesota, Michigan, Wisconsin, Illinois, Indiana, and Ohio. The secondary area of coverage is nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual professional state's licensure and registration requirements can be met. The NAICS Code for this requirement is 541310 with a corresponding size standard of $7.5 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 requirement in this sources sought inquiry is that for a firm to be in compliance with Federal Acquisition Regulation 52.219-14, LIMITATIONS ON SUBCONRACTING, at least 50 percent of the cost of contract performance shall be performed by small businesses. The 50 percent limitation will be based on the total amount paid to all small business concerns. This includes amounts paid in subcontracting arrangements with other small businesses. The National Park Service will encourage demonstration of prime/sub-consultant relationships in response to the upcoming Request for Capabilities announcement, which will be formally advertised. This announcement does not specify or require any particular teaming/subcontracting relationship. All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four 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 will be $10,000,000.00 for the life of the contract. The $10,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The lead firm(s) selected for contract award will be predominately an architecture firm specializing in contemporary and/or historic architecture and landscape architecture and with in-house and/or sub-contracted multi-disciplinary engineering support. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for the solicitation. The core team of required disciplines include, but are not limited to, professionals registered as architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture, Landscape Architecture, Historic Architecture, Architectural History, and History, Architectural Conservation, Mechanical Engineering, Electrical Engineering, Civil Engineering, Cost Engineering, Cost Control/Cost Estimating/Life Cycle Costing, Certified Value Specialists, LEED Accredited Personnel, Fire Protection Engineering, Construction Engineering, Geotechnical and Structural Engineering, Certified Value Specialists, 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, Landscape History, Archeology, Cultural Resources, Natural Resources, and Anthropology, as well as Land Surveying, Marine Design/Engineering, Industrial Hygiene, Security, Network Engineering and Infrastructure, Lighting, Construction Management and Exhibit/Media Design. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, 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: • Description of how capability requirements will be met. • Possess professional qualifications for the required disciplines, including individual professional licenses, certifications, etc. for those states listed in the primary area of coverage. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm/sub-consultant is eligible to become registered in the secondary area states if selected. • Identify/certify business size status under NAICS Code 541310 and socio-economic group. • Firms shall describe specifically how they intend on meeting the requirements for multiple task orders at various locations within the primary area of coverage. • Include percentage and description of self-performed work over the previous five (5) years. Do not submit SF-330, Architect-Engineer Qualifications. Firms responding to this notice must identify their abilities in a narrative format not exceeding 10 pages (5 pages front and back). Responses to this Sources Sought Notice are due by 3:00 p.m. Denver time on June 12, 2017. Responses shall be submitted by email only with subject titled "Midwest Region IDIQ" to the following address: marlene_haussler@contractor.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 the SBA's socio-economic business programs. The NPS does not intend to pay for any information provided under this notice. This e-mail, and any attachment thereto, is intended only for use by the addressee (s) named herein and may contain legally privileged and/or confidential information. If you are not the intended recipient of this e-mail, you are hereby notified that any dissemination, distribution, or copying of this transmission, and any attachments thereto, is strictly prohibited. If you have received this e-mail in error, please notify this sender immediately at the telephone number listed above and permanently delete the message and its accompanying attachments from your computer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01452/listing.html)
 
Place of Performance
Address: National Park Service/Denver Service Center, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN04518716-W 20170525/170523235150-88f87b75f897e252bccd7ae31dfae516 (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.