MODIFICATION
C -- Modification No. 1 to Presolicitation Notice - A8078070174 posted on 11/6/06 - National Park Service, Pacific West Regional Office, Architect-Engineer Services, Indefinite Quantity Contract, Civil/Environmental, PWR-Seattle Office
- Notice Date
- 11/20/2006
- Notice Type
- Modification
- Contracting Office
- PWR - PWRO Pacific West Regional Office-Oakland National Park Service 1111 Jackson Street, Suite 700 Oakland CA 94607
- ZIP Code
- 94607
- Solicitation Number
- N8078070174
- Response Due
- 12/7/2006
- Archive Date
- 11/20/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Modification to Pre-solicitation Notice Announcement A8078070174 - Posted on 11/6/06 Solicitation N8078070174 Modification No. 1 1. DESCRIPTION, The opening paragraph of the notice is hereby revised and the following shall be inserted in lieu thereof: The National Park Service (NPS), Pacific West Regional Office (PWR), 1111 Jackson Street, Suite 700, Oakland, California, 94607, is seeking a qualified firm(s) or organization(s) to provide Multi-Disciplinary (civil, environmental, electrical, mechanical, structural, architectural, etc.) Engineering Design Services under an Indefinite Quantity contract for a variety of projects within National Park Service units at locations primarily throughout the States of Washington, Oregon, Idaho, and Montana, and on a limited basis the States of California and Nevada. The lead firm(s) selected for contract award will be engineering design firm(s) as the majority of services to be performed under this contract(s) will generally be civil/environmental engineering in nature. The contract type will be firm fixed-priced. The Government may, if appropriate, 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. FAR Part 16 requires that each multiple awardee be given a fair opportunity of consideration for each proposed task order award. In order to provide a fair opportunity and equitable distribution of task orders amongst the awardees, the Contracting Officer will rotate the selection of equally capable awardee based on the location of project, technical capability, capacity, experience, past performance, quality of deliverables, timeliness, and other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. 2. Paragraph 3, CONTRACT PERIOD, is hereby revised and the following shall be inserted in lieu thereof: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. The total duration of the contract, including options, shall not exceed 5 years. Work will be ordered by issuance of firm fixed-price task orders. The maximum ordering limitation will be $7,500,000.00 for the life of the contract. Each task order will not exceed $250,000.00. The $7,500,000.00 maximum may be realized in a single year or spread over the life of the contract including all option years. The guaranteed minimum for the life of the contract, which includes the base period and all option exercised, is $50,000.00. 3. Paragraph 8, SPECIALIZED SERVICES, is hereby revised and the following shall be inserted in lieu thereof: In the course of doing business with A/E firms under contract with the NPS, our office occasionally needs to obtain specialized services that may be provided by a subcontractor under the prime contract for A/E services. Where the majority of work may be performed solely by the sub consultant with little involvement of the prime contractor, NPS does not intend to approve or consent to the prime contractor receiving an administrative handling, coordination or related overhead charge for the sub contractor's services. Prime contractors submitting statements of qualifications should take this into consideration. 4. Paragraph 10, REQUIRED REGISTRATION, is hereby revised and the following shall be inserted in lieu thereof: To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) registrar via the CCR Internet site at www.ccr.gov and to have completed the electronic Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 5. Reponse date of 12/7/06 remains unchanged. - End of Modification -
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2371570)
- Place of Performance
- Address: National Park Service, Pacific West Regional Office, 1111 Jackson Street, Suite 700, Attn: Contracting Team, Oakland, CA 94607
- Zip Code: 946074807
- Country: USA
- Zip Code: 946074807
- Record
- SN01184323-W 20061122/061120221032 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |