Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1999 PSA#2366

National Park Service, Denver Service Center, P.O. Box 25287, Denver, Colorado 80225-0287

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR SAFETY OF DAMS, FOR PROJECTS IN U.S. FISH AND WILDLIFE SERVICE SITES THROUGHOUT THE UNITED STATES AND ITS POSSESSIONS AND TERRITORIES. SOL 1448-CX-98690-99-C011 POC Point of Contact -- Edward Tafoya, Contracting Officer Phone 303 969-2116 E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. On the behalf of the U.S Fish and Wildlife Service (USFWS), the National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225, is seeking a qualified firm(s), individual(s), or group(s) with specialized expertise in evaluation and design for repair, modification, reconstruction, and new construction of dams. Projects may be located throughout the United States and its possessions and territories. The Government may elect to award a single task order contract or to award multiple task order contracts 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 awarded 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(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants and/or USFWS professionals. 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. The firms submitting should also convey their sensitivity to Department of Interior (DOI) values and standards, and show demonstrated experience in their ability to analyze, utilize and incorporate sustainable design principles (The DOI has adopted "Sustainable Design" as the term for the principle by which future refuge and hatchery 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, wasted minimization and the utilization of energy efficient and ecologically responsible materials and techniques for development. All work will be guided by USFWS policies and directives. The services required under this contract(s) could include all activities associated with inspection, repair, modification, new construction, and reconstruction to resolve dam safety deficiencies of predominately small and intermediate size dams and related structures, and additional engineering services associated with USFWS projects. 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 and USFWS in lieu of the criteria listed under Note 24 of the CBD. 1. Specialized experience, technical competence, education, and professional registration of proposed project personnel including subcontractors, in the type of work required which consists of dam safety inspections and reports; field investigations; geologic and geotechnical studies; hydraulic and hydrologic studies; hazard classification; engineering analysis; design, specifications, and cost estimate preparation; construction management; environmental studies and appropriate documentation in accordance with the National Environmental Policy Act. 2. Professional qualifications of the firm which consists of experience and technical competence of the firm in comparable work; project management; and proposed project organization including experience in working together as a team. 3. Past performance on contracts with the U.S. Fish and Wildlife Service and/or other government agencies and private industry in the areas of cost control, compliance with schedules, and quality of work. 4. Adequacy of resources and priority and commitment of the firm and proposed subcontractors within present workload to perform this contract. 5. Geographic proximity to Denver, Colorado, of the office that will perform the majority of work. The term of each contract shall be one year with four one-year options. Each A/E prime awarded a contract is guaranteed a minimum of $20,000 during each contract period. The total of all work per year will not exceed $4,000,000. 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 USFWS and NPS support the Department of the Interior's goals to increase small business participation in its contracting programs. The USFWS and NPS strongly encourage 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 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 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. Posted 06/10/99 (D-SN341301). (0161)

Loren Data Corp. http://www.ld.com (SYN# 0018 19990614\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page