Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721

National Park Service, Midwest Field Area, 1709 Jackson Street, Omaha, Nebraska 68102

C -- ARCHITECT/ENGINEER INDEFINITE QUANTITIES CONTRACT DESIGN SERVICES, MIDWEST FIELD AREA, OMAHA, NEBRASKA 68102 Sol 1443RP605097001. Due 010697. POC Theora McVay, Contract Specialist, 402-221-3487/Debra E. Imhoff, Contracting Officer, 402-221-4233. The National Park Service (NPS), Midwest Field Area Office, Omaha, Nebraska is seeking qualified organizations to provide Architect/Engineer (A/E) services under indefinite delivery indefinite quantity contract for engineering, architecture and landscape architecture services for park areas in the Midwest Field Area (Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Iowa, Missouri, Kansas, Arkansas, North Dakota, South Dakota and Nebraska). Work will consist of, but is not limited to Title I Services including physical investigation (surveying) and materials testing, preparation of conditions reports, and preliminary designs and estimates, and other architectural/engineering/landscape architectural work; Title II Services including preparation of construction drawings, specifications, and cost estimates; and Title III Services including construction observation, site visits, consultation, review of submittal and shop drawings, and preparation of operation and maintenance manuals. All work will be guided by NPS policies and directives, however park resources often present unique and unusual conditions and the NPS encourages various review and planning entities. The NPS has adopted sustainable design as the guiding principle for park planning and development. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice sustainable design minimizes the short and long term environmental impacts of development activity through resource conservation, recycling, waste minimization, and the utilization of energy efficient and ecologically responsible materials and techniques for construction. The following criteria shall be used in the evaluation of the prospective firms in descending order of importance: 1. Professional qualifications of the principals and key staff of the firm and consultants for the performance of the desired services. 2. Specialized experience, and technical competence in the type of work required. 3. Capacity to respond to short time frames and accomplish more than one project at a time within the desired schedules, while maintaining quality of work and control of costs. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 6. Demonstrated capability to meet on-site at the Midwest Field Area Office to respond to bona fide emergency/disaster situations within 7 hours of notification. Bona fide emergency/disaster situation is defined as tropical storms, tornadoes, and flooding. The total of all work orders per year shall not exceed $1,000,000 and no single work order shall exceed $500,000. The A/E is guaranteed a minimum amount of $15,000 during the basic contract period. The following are examples of types of projects done in the past: Agate Fossil Beds National Monument, Visitor Center and Utility Parking Area, Roads and Housing, Harrison, NE; Badlands National Park, Rehabilitation of Visitor Center, Interior, SD; George Washington Carver National Monument, Rehabilitation of Visitor Center, Parking Lot, and Contact Station, Diamond, MO; Jefferson National Expansion Memorial, Drop Off Zone and Parking Area, St. Louis, MO. The term of this contract shall be one year from date of contract award, with a Government option to extend the period of performance for four additional one-year periods. All data processing and storage including specifications, cost estimates, technical reports, and special studies shall be compatible with Microsoft Word 3.1 word processing and Microsoft Access data storage software. The A/E shall have the capability of preparing drawings and graphic material using AutoCAD version release 13 software. This procurement is open to small and large businesses and is subject to Public Law 100-656, Small Business Competitive Demonstration Program. If the apparent successful offeror is a large business, they will be required to submit a subcontracting plan with separate percentage goals for using small business concerns. To the fullest extent, the NPS welcomes the participation of small business firms including woman and minority owned and operated A/E firms and encourages large business firms to include small business firms as part of their team. The government 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. The Standard Industrial Classification (SIC) Code is 8712. A/E firms which meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Form 254 for each firm to the National Park Service, Midwest Field Area, Attention: Theora McVay, Contract Specialist, 1709 Jackson Street, Omaha, Nebraska 68102. Responses must be received before 4:00 p.m., January 6, 1997 in order to be considered for this selection. This is not an RFP. Any questions shall be addressed, in writing to Theora McVay at the above address. (313)

Loren Data Corp. http://www.ld.com (SYN# 0016 19961113\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page