Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1997 PSA#1847

National Park Service, Denver Service Center, P.O. Box 25287 DSC-CA, Denver, CO 80225-0287

C -- INDEFINITE QUANTITY CONTRACT FOR CIVIL/ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS UNDER THE JURISDICTION OF THE NPS PACIFIC GREAT BASIN SUPPORT OFFICE SOL 1443CX200097026 POC Edward L. Tafoya 303/969-2116 E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado 80225, is seeking firms(s) or organization(s) to provide Architect/Engineer (A/E) services for civil/environmental engineering projects under the jurisdiction of the NPS Pacific Great Basin Support Office (PGSO). The geographic area encompassed by this contract(s) is limited to the States of California, Nevada, Hawaii, Guam, and Saipan. The Government may elect to award a single task order contract or to award multiple task order contracts for the services to be to provided to two or more sources under this solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, of the firms considered most highly qualified to perform the work. Each awardee shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as past performance, quality of deliverables, or other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. Projects will involve water treatment and distribution systems; wastewater treatment, collection, and disposal systems; geotechnical investigations and site planning; roads, bridges, parking areas, and trails; structural analysis and correction; primary and secondary electrical systems; electro-mechanical systems; seismic strengthening; pier and dock repair; and accessibility improvements. Sensitivity to NPS values, standards, and sustainable design principles must be demonstrated. The anticipated work may include, but not be limited to the following: Title I services including conducting surveys, investigation and documentation of existing conditions, preliminary design, preliminary cost estimates, and other Title I services. Title II services including preparation of construction documents, cost estimates, and other Title II services. Possible Title III services including construction inspection, site visits, review of shop drawings submittals, technical proposals of contract modifications, and Operation and Maintenance Manuals. Required disciplines include environmental engineering (water & wastewater) and civil engineering. Incidental services from other disciplines may include structural engineering, electrical engineering, mechanical engineering, geotechnical engineering, architecture, and landscape architecture. The A/E firm will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. Also may need to obtain and furnish various permits (discharge, construction, etc.), and to provide certification of compliance of facilities/ operations. The NPS has adopted sustainability as the guiding principle for maintenance and operation of facilities. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable facilities management 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 facility management. The NPS is particularly interested in obtaining assistance in adapting a systematic approach to environmental management, integrating multiple regulatory requirements and establishing enabling support mechanisms to enhance achievement of program, compliance, and protect goals in the park units. The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms. Please note that these criteria shall be used by the NPS in lieu of the criteria listed under Note 24. 1. Demonstrated professional experience and technical competence of the firm, including its consultants and project personnel, with projects of types described in the preceding. 2. Demonstrated specialized and recent experience and technical expertise in projects similar in nature to the types of potential projects. The types of potential projects are to be used as an indicator of projects under consideration in the future and is not a definitive element of this contract. 3. Past performance on previously completed contracts, regarding quality, costs, time schedules and ability to respond to a variety of small projects (NOTE: dollar threshold of small projects are between $5,000 to $15,000). 4. Capacity to accomplish multiple projects within the desired time schedules, while maintaining quality of work and control of costs. 5. Ability of the firm or organization to communicate, coordinate and facilitate work expeditiously and expediently with the PGSO and park/field area located in California, Nevada, Hawaii, Guam, Saipan, and Samoa (NOTE: Locations of park units/field areas may be requested and obtained under separate cover). In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). Contract work will be performed under an indefinite delivery/indefinite quantity contract and task orders will be issued defining the scope of services for each project as funding becomes available. The total of all task orders each year will not exceed $500,000. Each individual task order will not exceed $100,000. The A/E is guaranteed a minimum of $25,000 during the life of the contract. The term of this contract shall be one year with four one-year options. This procurement is open to small and large business and is subject to Public Law 100- 656. To the fullest extent, the National Park Service welcomes the participation of small business firms including women and minority owned and operated A/E firms and encourages large business firms to include small business firms as part of their team. If the apparent successful offeror is a large business, they will be required to submit a subcontracting plan which will separate percentage goals for using small business concerns and small disadvantaged business concerns as subcontractors. 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. Firms that meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm and a Team Standard Form 255 in an original only. Submission of any additional material is allowed only to the extent that it graphically (via drawings and photographs) substantiate the relevant project work specifically described on Standard Forms 254/255. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double- sided paper documents will be submitted. Responses must be received before 5:00 p.m., 30 calendar days from the date of this publication (first work day following a weekend or holiday) in order to be considered for selection. This is not a Request for Proposal. (0134)

Loren Data Corp. http://www.ld.com (SYN# 0031 19970516\C-0013.SOL)


C - Architect and Engineering Services - Construction Index Page