Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

C -- MONGAUP VISITOR CENTER, UPPER DELAWARE SCENIC AND RECREATIONAL RIVER, REQUEST FOR STATEMENT OF QUALIFICATIONS, UPDE-123, ORANGE COUNTY, NEW YORK

Notice Date
February 13, 2001
Contracting Office
National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, DSC-CS, Denver, CO 80225
ZIP Code
80225
Solicitation Number
N/A
Response Due
March 19, 2001
Point of Contact
Robin Valdez 303-969-2137
E-Mail Address
Click Here to Contact the Procurement Technician for (Robin_Valdez@nps.gov)
Description
The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking a qualified firm(s) or organization to provide Multi-Disciplinary Architect-Engineer Design Services for a new Interpretive Center, to be located on the Upper Delaware Scenic and Recreational River (UPDE). The A/E firm as defined and used in this Request for Statement of Qualifications (RSQ) is a partnership, corporation, association, or other entity that will have contractual responsibility for the project design and construction management. The A/E firm and all applicable consultants will be licensed to practice in the State of New York. The Lead Designer is the individual or design studio that will have primary responsibility to conceive the design concept for the proposed Mongaup Interpretive Center, located in the Town of Deerpark, Orange County, New York. The facility will be constructed within a 55 acres parcel, leased to the National Park Service by the New York Department of Environmental Conservation (DEC). The facility will be restricted to a maximum of 10,000 square feet, and be no more than two stories in height. The primary purpose of the proposed Mongaup Interpretive Center will be to provide visitor orientation to the UPDE, including the distribution of information about the National Park Service (NPS), state and county facilities, services and programs, as well as local commercial services. The Center will provide education exhibits for the Upper Delaware's natural and cultural attractions. These exhibits will include the interpretation of the region's bald eagle population, among other topics. Space will be provided for an audiovisual program about the park. The facility will provide public restrooms and classroom space to accommodate programs for organized educational groups. All associated infrastructure required to support the facility is to be provided. The Lead Designer must demonstrate his/her ability to provide design excellence in the following areas: Sensitivity in working with difficult site conditions that could influence the design of the proposed facility. Examples of difficult site conditions may include extreme terrain, forested areas, wetlands, etc. This shall be demonstrated through design examples of similar built facilities (scale and building type, proposed public function, etc.). Design of the facility will be in harmony with the local architecture. Sensitivity in working in a pristine area, where the viewshed is a primary factor in the building's siting, including the use of low-impact construction. An understanding of surrounding environment, with particular respect shown in design and construction for the existing cultural and natural resources. Creativity and innovation in the use of current design philosophies, technologies, and construction methods. Knowledge and demonstrated experience in working with interpretive exhibit design firms to address and incorporate program needs. Knowledge and use of sustainable principles in siting and design of the facility, including selection of the building, parking and infrastructure footprint, appropriate "green" building materials, and environmentally-conscious building systems. Incorporating design features to support long-term environmentally-sensitive building operations. The Lead Designer shall also demonstrate his/her ability to provide political sensitivity while working with a multi-jurisdictional team, including the ability to manage conflict resolution when necessary to reach collaborative decisions. The A/E firm must address the contractual relationship with the Lead Designer and its ability to manage the planning, design, and construction management of this project. PRIMARY SERVICES REQUIRED: For the purpose of this contract, services to be provided will primarily include pre-design, design, supplemental, and construction management as required. Services in the pre-design and design categories may include the preparation of conceptual, schematic, and preliminary design documents as well as construction documents for new construction of proposed Mongaup Interpretive Center Project. This may involve: Project scoping and land use and site planning/analysis Planning and facilitation of public meetings NEPA compliance, including experience with the Historic Preservation Act, as required to implement supplemental surveys (e.g. cultural and natural resource inventories, visual simulation, etc.) Development of outline specifications and construction documents for bidding purposes (e.g. construction drawings and specifications in CSI format) Preparation of preliminary and detailed cost estimates Supplemental studies (e.g. cultural landscape reports, design analysis, value analysis, energy and life cycle/value analysis, etc.) Overall project management, and other associated design services. Construction Management services include project management, office services, submittal review, and site observation from construction contract award through to final acceptance of the proposed facility including the warranty period. The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with federal, state, or local regulatory agencies to assure compliance with regulations, codes, and policies. REQUIRED DISCIPLINES: Appropriate expertise in land use and site planning analysis as well as natural and cultural resource specialties to address NEPA compliance requirements. Mechanical, Electrical, Civil, and Structural design/engineering and documentation services; architectural design/documentation services; and landscape architectural design/documentation services. Incidental services, e.g. CADD drafting, visual simulation, word processing, cost estimating, etc. may be required in the performance of specific task-order requirements. The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit portfolios of accomplishment that establish the design capabilities of the A/E firm and their Lead Designer. All documentation will be in an 8 " x 11" format. The portfolio should include the following: 1. A cover letter referencing the CBD announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments. 2. Standard Form 254 (Architect-Engineer and Related Services Questionnaire), and SF-255 (Architect-Engineer and Related Services Questionnaire for Specific Project) for the lead design firm only. Identification of consultants is not required at this stage. A panel consisting of representatives of the NPS with input from non-voting members of the UPDE Design Team will be responsible for evaluating the submissions. The panel will establish a short list of three to six firms based on the Stage I Submission requirements and evaluation criteria. The Stage I Evaluation Criteria are as follows: 1. Past Performance on Design: The A/E firm will submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than five projects completed in the last ten years. The narrative shall address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, and phone and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. 2. Philosophy and Design Intent: In the Lead Designer's words (maximum of two typewritten pages), state his/her overall design philosophy and general approach to innovative design problem-solving, in particular as it relates to this project. 3. Lead Designer Profile: Submit a biographical sketch including education, professional experience, and recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project referenced. Identify and define the roles and responsibilities expected to commit to the UPDE project. 4. Lead Designer Portfolio: Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than three projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, mission, economic, political, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (1), the Lead Designer will address his/her participation in the project. 5. Sustainable Design Practices: Demonstrated specialized experience and technical competence in preparing, developing, and finalizing designs for built facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources (forest, grasslands, water, etc.) and the earth's managed resources. This includes, to the maximum extent practicable, siting of the proposed facility, specifying the use of recycled content material and recovered materials, familiarity with the LEEDS rating system, providing designs for construction and long-term operations that promote energy conservation, pollution prevention, and waste reduction. 6. Integrated Design: Demonstrated experience with integrated design, with an emphasis on coordinated multidisciplinary teams, political sensitivity shown when working through issues with the client, establishment of up-front environmental goals, whole systems approach, consensus building, and follow-through. For Stage II, the short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The Stage II short-listed firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team proposed. The Government will establish the detailed Stage II Evaluation Criteria, the date these submittals are due, and provide the selection criteria for the Stage II interviews along with the Stage I short list announcement. Sufficient time will be provided for the A/E design firm/Lead Designer to establish its team. The NPS Selection Panel will interview each team. Candidates should be prepared to discuss all aspects of the Stage II Evaluation Criteria and to demonstrate the ability to fulfill all project requirements. Emphasis will be placed on the unique aspects associated with the siting and design of the proposed Interpretive Center, design philosophy, possible innovative and sustainable approaches in carrying out the project to meet the proposed budget and schedule, and project management. FOR STAGE I SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a completed SF-254 (for the "A/E Design Firm"), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (for the "A/E Design Firm"), along with letter of interest, to: Contracting Services, National Park Service, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225, by 3:30 PM local time, February 26, 2001. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number/Title, 2) Due Date, and 3) Closing Time. Late responses are subject to FAR Provision 52.215.10. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the A/E Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the CBD announcement for this STAGE I Solicitation. In BLOCK 11 of the SF-255, the A/E Firm MUST sign, name, title, and date the submittal. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $2,000,000.00 per year. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The U. S. Government has adopted sustainable design as the guiding principle for planning and development. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operation of Government facilities. In accordance with Public Law 100-418 and Executive Order 12770, as of January, 1994, all federal design work will be done using the metric system of weights and measures. Work done under this contract may be subject to this requirement. 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 not be included in the contract. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $4,000,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, disadvantaged, and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small business. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Award of this contract is contingent upon funding approval. Contract procured under the Brooks Act and FAR 36.
Web Link
National Business Center, Department of Interior Site (http://ideasec.nbc.gov)
Record
Loren Data Corp. 20010215/CSOL011.HTM (W-044 SN50D606)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com