|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1999 PSA#2463National Park Service, Denver Service Center, P.O. Box 25287, Denver,
Colorado 80225-0287 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR DESIGN AND
CONSTRUCTION MANAGEMENT OF SUBSURFACE FLOW CONSTRUCTED WETLANDS AT
FACILITIES THROUGHOUT THE UNITED STATES SOL 1443-CX-2000-00-002 POC
Point of Contact-Edward Tafoya, Contracting Officer, Phone 303 969-2116
E-MAIL: National Park Service, Denver Service Center,
contracts_dsc@nps.gov. The National Park Service, Denver Service
Center, 12795 West Alameda Parkway, Denver, Colorado 80225 seeks a
qualified firm(s), or group(s) with expertise in planning, design,
permitting and construction observation of subsurface flow constructed
wetlands. Work will be authorized through the issuance of task orders
under an indefinite quantity contract. Work may be performed for new
or existing facilities at locations throughout the United States. The
Government may elect to award a single task order contract or to award
multiple task order contracts to one 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 experience, past performance, quality of deliverables,
timeliness, or other factors that the Contracting Officer, in the
exercise of sound business judgement, believes are relevant to the
placement of orders. The selected team must include (1) a professional
engineer licensed in at least three states and with experience in
wastewater wetlands design, (2) a botanist with experience in native
wetland plants used in wastewater wetland systems, (3) a wetland
ecologist or biologist, and (4) an individual with a degree in soils
science, soils engineering or related field. The team must have
experience in design and supervision of construction and planting of
constructed wetland systems including systems ranging from 1000 gallons
per day to 40,000 gallons per day. Design experience must include the
use of native plants for evapotranspiration, native plants in soil
absorption fields to maximize infiltration and treatment of effluent,
and the use of native plants in land application areas. 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 NPS
professionals. The A/E will need to have direct contact with federal,
state or local regulatory agencies to assure compliance with
regulations, codes and policies. Consulting tasks and services may
include, but are not limited to: site inspections, feasibility
analyses, cost estimating, design, permitting, and construction
observation for subsurface flow constructed wetlands, Operation and
Maintenance Manual preparation, on-site training of NPS Park staff, and
post-construction evaluations/reviews. The following criteria, in
descending order of importance, shall be used in the evaluation of the
prospective firms: 1. Professional qualifications (education and
applicable licensure) and experience of the firm(s) and their staff
proposed for the performance of the desired services associated with
subsurface flow constructed wetlands. 2. Specialized and recent
experience and technical expertise in design, permitting and observing
construction of subsurface flow constructed wetland systems for
county, state or National Park Service applications. 3. Documented
performance of constructed subsurface flow wetlands designed by your
team in terms of reducing pollutants sufficiently to meet effluent
standards required by state and Federal water quality regulations,
(i.e., NPDES permits). 4. Capacity to schedule projects and accomplish
projects on time and within budget. 5. Past performance on private
sector or other Government contracts. The term of each contact shall be
one year with four one-year options. Each A/E prime awarded a contract
is guaranteed a minimum of $25,000 during the life of the contract.
The total of all work per year will not exceed $1,000,000 and each task
order will not exceed $500,000. 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 National Park Service
supports the Department of the Interior's goals to increase small
business participation in its contacting programs. The National Park
Service strongly encourages the participation of small business firms
including woman 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 National Park Service goal for small
business participation is 15%, for women-owned business participation
is 5%, and for small disadvantaged business participation is 5%. 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, a 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 4:30 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. The
submittal due date is estimated to be December 2, 1999. This is not a
Request for Proposal. Posted 10/25/99 (D-SN394515). (0298) Loren Data Corp. http://www.ld.com (SYN# 0013 19991027\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|