|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1997 PSA#1915National Park Service (NPS), Denver Service Center (DSC) 12795 West
Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR HISTORIC
ARCHITECTURAL SERVICES FOR PROJECTS IN NPS AREAS WITHIN THE
JURISDICTION OF THE NATIONAL PARK SERVICE'S PACIFIC ISLANDS SUPPORT
OFFICE SOL 1443-CX-2000-97-042 POC Point of Contact -- Scott Riebel,
Contracting Officer 303/969-2115 E-MAIL: 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 a firm(s) or organization(s) (team) to provide
Architect/Engineer (A/E) services for historic preservation projects in
NPS areas within the National Park Service (NPS), Pacific Great Basin
(PGSO) and Pacific Islands Support (PISO) Offices which have
jurisdiction over park/field units located in California, Nevada,
Hawaii, Guam, American Samoa, the Commonwealth of the N. Mariana
Islands and the Freely Associated States of Micronesia. Projects will
involve the documentation, preservation and planning and design of
historic structures and landscapes, including: restoration, structural
analysis and correction; seismic strengthening; accessibility
improvements; and electrical and mechanical systems installation and
upgrades; historical research, ethnographical studies, and
archeological surveys. Familiarity with the "Secretary of the
Interior's Standards for Archeology and Historic Preservation" and the
related "Standards for the Treatment of Historic Properties"
(Secretary's Standards), as well as sensitivity to NPS values,
standards, and sustainable design principles must be demonstrated. The
selected team shall be predominately an Architecture and Engineering
firm specializing in historic preservation. Incidental services from
other disciplines or consultants include general architecture, history,
architectural history, landscape architecture, material analysis and
conservation, structural engineering, electrical engineering,
mechanical engineering, cultural landscape analysis, geotechnical
engineering and surveying, hazardous materials surveying, archeology,
ethnography, and possibly paleontology. Additional support services
include CADD and word processing services compatible with NPS in- house
systems (AutoCad Version 13 or later; MicroSoft Word; and Excel). All
work shall be subject to the review and supervision of the appropriate
licensed professional(s) provided by this contract. In accordance with
Public Law 100-418 and Executive Order 12770, all Federal design work
is to be performed using the metric system of weights and measures.
Work under this contract may be subject to this requirement. The
Government may elect to award a single task order contract or to award
multiple task order contracts for the services to be 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, to 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. The proposed work may extend over several fiscal
years, involving projects at various stages, which will require that
the selected firm must be capable of providing and managing a
multi-disciplinary team from within the firm or in conjunction with
subconsultants and/or NPS design teams. 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 and/or
operations. The firms submitting should also convey their sensitivity
to NPS values and standards, and their ability to utilize and
incorporate sustainable design principles. (The NPS has adopted
"Sustainable Design" as the term for the principle by which future park
planning and development will be guided. By definition, this term 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 where they do not come in
adverse conflict with the Secretary's Standards.) The anticipated work
may include, but not be limited to the following: (a) Title I Services
including conducting surveys, which may include archeological,
topographic and utility surveying, and ethnographic surveys; historical
research; preparation of National Register forms; investigation and
documentation of existing conditions, including HABS/HAER
documentation; structural and seismic evaluations; preliminary design;
preliminary cost estimates; architectural and cultural landscape
studies and surveys; and other Title I services that may include:
project scoping and programming; site planning/analysis; building
conditions inventories; conceptual, schematic, and preliminary design;
code research and analysis; design development; design analysis;
energy and life cycle/value analysis; outline specifications;
preliminary cost estimates; project phasing/sequencing plans; quality
assurance/review; visual simulation including computer imagery, color
perspectives, model building; and other Title I services as needed. (b)
Title II Services (Construction Document Development): preparation of
working drawings; construction specifications; quality
assurance/review; constructability analysis; construction cost
estimating; value engineering; and other Title II services as needed.
(c) Title III Services (Construction Support): site visits,
consultation, and construction inspection; review of shop drawings and
submittals; assistance in preparation of contract modifications;
preparation of Operation and Maintenance Manuals; and other Title III
services as needed. 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 (including licensing) of the firm (including
its consultants and project personnel), with recent successful
projects of similar scope type, complexity, climates and locations as
those anticipated. 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. 2. Specialized and recent
experience and technical expertise in design of small projects (NOTE:
design services between $5,000 to $25,000). 3. Performance record of
the firm on previously completed contracts, regarding quality, costs,
time schedules and ability to respond to a variety of small projects
(NOTE: design services between $5,000 to $25,000). 4. Demonstration of
a sustainable design ethic, philosophy, and approach and the ability
of the team to produce viable design solutions that show an awareness
and sensitivity to local natural and cultural resources and the global
environment. 5. Ability of the team to communicate, and coordinate,
facilitate work expeditiously with the NPS, to participate in related
meetings and readily integrate into a multi-disciplinary design team
managed through the NPS in the Pacific Great Basin and Pacific Islands
Support Offices and park/field areas located in California, Nevada,
Hawaii, Guam, American Samoa, the Commonwealth of the N. Mariana
Islands and the Freely Associated States of Micronesia. (NOTE:
Locations of park units/field areas may be requested and obtained under
separate cover). Emphasis will be placed on the team_s ability to work
with multiple entities including federal, state, and local agencies,
and other involved concerns. 6. Capacity to respond to expanded or
multiple task orders on short notice and within the established
schedules, while maintaining a high standard of quality and controlling
costs. 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 (i.e. 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 for the base contract period (one year) will not exceed
$1,000,000.00. Any individual task order will not exceed $100,000.00.
Each A/E prime awarded a contract is guaranteed a minimum of $25,000
during the life of the contract. The term of each 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, the Business
Opportunity Development Reform Act of 1988. The National Park Service
supports the Department of Interior_s goals to increase small business
participation in its contracting programs. The National Park Service
strongly encourages the participation of small business firms including
women and minority owned and operated A/E firms and encourages large
business firms to include small, women-owned, and disadvantaged
business firms as part of their team. Large business firms selected for
contract award will be required to submit a subcontracting plan which
will separate percentage goals for using small business concerns,
women-owned, and small disadvantaged business concerns as
subcontractors. The subcontracting plan will need to establish goals
for the base and all option years. 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 fully 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
supporting material is encouraged, but only to the extent that it
graphically (via drawings and photographs) substantiates 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. (0231) Loren Data Corp. http://www.ld.com (SYN# 0021 19970822\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|