Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,1999 PSA#2302

National Park Service, Midwest Regional Office, 1709 Jackson Street, Omaha, Nebraska 68102

C -- ARCHITECT-ENGINEERING, INDEFINITE QUANTITIES CONTRACT, MIDWEST REGION, OMAHA, NE. 68102 SOL 1443RP600099003 DUE 042699 POC Billy W. Davis, Contracting Officer, 402-221-3464 The National Park Service (NPS), Midwest Regional Office, Omaha, Nebraska is seeking qualified organizations to provide Architect/Engineer (A/E) services under indefinite quantity contracts for NPS historic preservation projects for historic structures and historic and cultural landscapes in the Midwest Region (Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Iowa, Missouri, Arkansas, Kansas, Nebraska, North and South Dakota). The properties, and related projects, vary in complexity, scale and the problems to be addressed. Located at over approximately fifty individual parks are over two thousand historic structures and over one thousand cultural landscapes. The Midwest Region of the N P S includes nationally significant historic sites associated with Indian cultures, the fur trade, the exploration and opening of the American West, Civil War and frontier battles, presidential homes, and important 20th century developments in business, society and civil rights. Additionally there are parks of scenic and natural beauty which include historic structures in cultural landscapes of local significance. Most of the properties are vernacular in nature. These include: historic institutional or military complexes, such as life-saving stations, lighthouses, schools, and forts; industrial complexes, such as mines and mining town sites, steel producing and shipping districts; agricultural properties, such as those supporting farming, ranching, fishing and logging; historic transportation systems such as canals, railroads, roads, maritime and aviation properties; a large variety of homes and cabins ranging from Mandan-Hidasta earth lodges, to resorts, to presidential homes, to model and modular houses. Designed or relatively high-style properties include: parks developed by the Civilian Conservation Corps, parkways and recreational lodges, cabins and shelter structures; Beaux Arts- inspired landscapes, monuments, and memorials; institutional campuses, cemeteries and military parks; and unique artistic creations such as the Gateway Arch and Mount Rushmore. In an era of limited funding, we are seeking thoughtful, efficient and innovative professional assistance for preserving and interpreting this diverse collection of historic structures and cultural landscapes. The scope of work includes but is not limited to Title I Services including physical investigation and materials testing, preparation of condition reports, cultural landscape and historic structure reports, treatment recommendations, and preliminary designs and estimates, value analysis and other architectural/engineering work; Title II Services including preparation of construction drawings, specifications, cost estimates and value analysis; and Title III Services including construction observation, site visits, consultation, review of submittals and shop drawings, value analysis and preparation of operation and maintenance manuals and as-built drawings. Disciplines including: historical architecture; historical landscape architecture; architectural history; soil, structural, plumbing, mechanical, and electrical engineering; interpretation planning and media design; value analysis; asbestos and lead paint analysis will be required and shall be included as part of the submittal. Secondary support disciplines include materials and art conservation, surveying, historical research, horticulture of local and vintage plants, ecological restoration specialist, civil and geotechnical engineering. Construction work performed in historic buildings, landscapes or sites will require continuous attention to and compliance with historic preservation guidelines. All work will be guided by NPS policies and directives, however historic resources often present unique and unusual conditions and the NPS encourages creativity in the development of preservation methods. Projects will require coordination with various review and planning entities. Prospective firms shall demonstrate past experience with historic structures and landscapes, archaic building and landscape materials and compatible contemporary design. The following criteria shall be used in the evaluation of the prospective firms in descending order of importance: 1.Professional qualifications of the firms and staff proposed for the performance of desired services. 2. The firm has worked exclusively or as a consultant on historic preservation projects for the National Park Service or other public/government or non-profit agencies. 3. Specialized recent experience, and technical expertise applicable to historic preservation. 4. Past performance at cost control and the ability to accomplish multiple projects within the desired time schedule. 5. Knowledge of local conditions and ability of the firms to obtain licensing in the thirteen state Midwest region listed above. The services will be provided under an indefinite quantity contract. The total of all work orders per year will not exceed $1,000,000 and no single work order will exceed $500,000. The term of this contract shall be one year with four one-year renewal options. The government reserves the right to select more than one firm from this solicitation. This procurement is open to small and large businesses and is subject to Small Business Competitive Demonstration Program, Public Law 100-656. 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 Code (SIC) is 8712. A/E firms which 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 Billy W. Davis, Contracting Officer, National Park Service, Midwest Region, 1709 Jackson Street, Omaha, NE. 68102. Responses must be received before 5:00 p.m., April 26, 1999, in order to be considered for this selection. This is not an RFP. Any questions pertaining to the above shall be addressed to Billy W. Davis at the above stated address. Posted 03/11/99 (W-SN307652). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0021 19990315\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page