Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,2000 PSA#2556

Yosemite National Park, Contract Management, PO Box 700-W, El Portal, CA 95318

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY A/E SERVICES CONTRACT, CIVIL/ENVIRONMENTAL SOL RP8800-00-002 POC Roy Navik 209/379-1038, Fax 209/379-1048, roy_navik@nps.gov E-MAIL: click here to contact the contracting officer via, roy_navik@nps.gov. The National Park Service, Yosemite National Park is seeking a civil/environmental engineering firm or organization to provide engineering services for projects at Yosemite National Park, California. The anticipated work is varied and diverse and may include, but not be limited to any of the following: design of small on-site wastewater and water systems for residences, comfort stations, campgrounds, entrance stations, ski areas, and other facilities as needed, related surveying, geotechnical and soil investigation services, including percolation testing and soil absorbtion urveys for spray fields, design of well and surface water systems, design of small water filtration and chlorination systems, related electrical and mechanical design, existing wastewater and water system assessment and recommendation reports, and permitting with local county and state government agencies. The firm(s) must demonstrate previous design experience with intermittent and re-circulating sand filters, small package plants,pressure dosed sand trenches, and other types of engineered and alternative technology solutions to water and wastewater systems in difficult sites with limited access. 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.) Disciplines will include civil/environmental engineer, goetechnical engineer/soil scientist, electrical engineer, mechanical engineer, andland surveyor. Land surveyor must have global positioning capability. All principals must be licensed and registered in the state of California. All work would be subject to the review and supervision of the appropriate licensed professional(s) provided by the contract. Additional support services include CADD and word processing services compatible with NPS in-house systems (Autocad Version 14 or later; Microsoft products).The firm(s) selected must be familiar with regulations and permitting requirements for counties local to Yosemite (Tuolumne, Mariposa, and Madera), State of California Regional Water Quality Control Board Regions 5 and 6, and State of California Department of Health, and demonstrate familiarity with the soil, groundwater, and climate conditions within the park and/or the Sierra Nevada range. The firm(s) must demonstrate an ability to work in a sensitive environmental, cultural, and archeological resource area. Firm(s) shall also be familiar with alternative energy sources for use in remote areas (i.e. solar). The firm(s) must also demonstrate proficiency at construction cost estimating, life cycle cost analysis, and value based decisions. Most projects will be funded with fiscal year money which requires that the project be designed, permitted, and completely constructed during the fiscal year (October 1st to September 30th) in which it is funded. The firm(s) selected must be capable of completing work in the short time frame necessitated by this type of funding and compounded by limited site access, snow, and freezing temperatures during winter. Some projects may be in the back country, requiring site visits on foot or mule. The government may select multiple firms. The anticipated work may include, but not be limited to the following: a). Title I services (Schematic Design and Design Development): project scoping and programming, site planning/analysis, site survey, project proposals with options, conducting soil profiles, percolation testing, investigation and reporting of existing conditions, land surveys, preliminary design, preliminary cost estimates, preparations of scopes of work for related services required outside the scope of this contract, engineering consultation and assistance to park engineers, etc. b). Title II services (Construction Document Development): preparation of working drawings, construction specifications, cost estimates, etc. c). Title III services (Construction Support): construction inspection, site visits, and review of shop drawings and submittals, assistance in preparation of contract modifications, and other Title III services as needed. The following criteria, in equal order of importance, shall be used in the evaluation of the prospective firms. 1. Demonstrated professional experience in on-site wastewater and water systems and technical competence of the firm, including its consultants and project personnel, with projects of types described in the preceeding. Firm(s) will be rated on the qualifications of professionals, diversity and difficulty of projects, years of experience, and sustainable design solutions (i.e. reclaimed/re-used wastewater, use of solar or other alternative energy, and minimum environmental impact projects). As stated above, registration of key personnel (civil/environmental engineer, geotechnical engineer, soils testing laboratory, land surveyor, mechanical engineer, electrical engineer) in the state of California is required. CADD and word processing compatible with Autocad Version 14 and Microsoft products, and GPS capability is also required. 2. Demonstrated specialized and recent experience (preferably last five years) and technical expertise in on-site wastewater and water projects in Yosemite or the Sierra Nevada range, State of California Regional Water Quality Control Board Regions 5 and 6 compliant wastewater systems, State of California Title 22 compliant water systems, and projects in similar geologic, topographic, and climatic conditions, and 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. Specialized knowledge of the conditions existing in Yosemite and the Sierra Nevada range. Specialized knowledge of soils, snow, rock, and remote conditions in Yosemite and their design implications. Demonstration of specialized and recent experience with intermittent and/or recirculating sand filters, small wastewater treatment package plants, pressure dosed sand trenches, traditional leach field/septic systems, spray fields, other types of alternative wastewater technologies, potable water wells, potable water disinfection systems, surface water treatment systems, use of solar technology, and other types of projects. Knowledge of sustainable design solutions. Firm(s) must be proficient at construction cost estimating, life cycle cost analysis, and knowledge of value based decision processes. Knowledge of construction methods, materials, contractors, and costs of construction local to Yosemite. Firm(s) will be rated on completion of projects of the types listed above with special emphasis on those in Yosemite National Park or the Sierra Nevada range. Firm(s) will also be rated on their knowledge of construction methods, materials, contractors, and costs of construction local to Yosemite by the number and types of projects and by their involvement in the contracting and construction phases of projects in Yosemite National Park and surrounding counties. Familiarity with government solicitation, contracting and best value procurement procedures. Familiarity with National Park Service resources and organizational culture as demonstrated by previous National Park Service projects. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance to performance schedules, and accuracy of construction cost estimates. Capability to complete work in a short time frame. Please provide a minimum of twelve references with project descriptions, contact names and phone numbers. Firm(s) will be rated on feedback from the references provided and from information obtained from any other source. Firms will not be scored negatively for the absence of past performance data and will be given an opportunity to respond to negative data obtained. 4. Location and ability to attend site visits and design conferences in El Portal, California on short notice without the requirement of air travel and lodging. Priority will be given to firm(s) within 100 miles of El Portal during all seasons. Work will be performed under an indefinite quantity contract. The contract term will be one year, with four options to extend an additional year. Work will be defined, ordered, and funded through the issuance of project specific delivery orders. The total amount of the contract shall not exceed $500,000 for base year with a $100,000 maximum delivery order limitation and a minimum contract guarantee of $5,000. This procurement is unrestricted. The National Park Service welcomes the participation of women and minority firms. Interested firms are invited to submit a letter of interest, past performance references, and completed Standard Forms 254 and 255. Responses must be received before 5:00 PM, 30 calendar days from the date of this publication (first workday following a weekday or holiday) in order to be considered for selection. This is not a request for proposal. Solicitation documents will not be issued. The SIC code is 8711. Posted 03/10/00 (W-SN433423). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0021 20000314\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page