Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOLICITATION NOTICE

Y -- RECOVERY Demolish and Replace Flood Prone West Side Maintenance and Visitor Facilities and; Replace 2 Trailers and Tent Cabin - West District, Chaparral

Notice Date
2/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011101078
 
Response Due
2/22/2010
 
Archive Date
2/4/2011
 
Point of Contact
Marlene Haussler Contract Specialist 3039692159 Marlene_Haussler@contractor.nps.gov ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RECOVERY TAS::14 1041:: TAS RECOVERY PINN PMIS #005396 and #005447 Demolish and Replace Flood Prone West Side Maintenance and Visitor Facilities and Replace 2 Trailers and Tent Cabin - West District, Chaparral. This project will be funded by the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. The project is located at two locations on the West Side of Pinnacle National Monument, approximately 12 miles from Soledad, California on State Highway 146, in Monterey County, California. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287 anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of two (2) phases. This Pre-solicitation Notice represents Phase One, Request for Qualifications (RFQ), of the Two-Phase, Design-Build process. To be further evaluated, firms must submit information in response to the criteria established in this RFQ by the specified due date and time. The North American Industry Classification System (NAICS) Code for this requirement is 236220, and the U.S. Small Business Administration Size Standard is $31.0 million. This project is available to all responsible Design-Build contractors meeting the above-referenced NAICS code and size standard and who are certified by the Small Business Administration as being an 8(a) Concern. IT HAS BEEN DETERMINED THAT COMPETITION WILL BE LIMITED TO 8(a) FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA SERVICED BY THE CALIFORNIA SBA DISTRICT OFFICES AND OTHER 8(a) CONSTRUCTION FIRMS WITH A BONA FIDE PLACE OF BUSINESS WITHIN THE GEOGRAPHICAL COMPETITIVE AREA, AND THE ASSIGNED NAICS CODE. ALL OTHER 8(a) D/B PARTICIPANTS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. Overview: Having undergone schematic design, this project has established sites for all new construction, resolved and approved architectural programs for new facilities and drafted plans. Architectural spatial relationships and sizing criteria, for buildings and sites, as well as circulation features shall be considered intact features or givens. A former development proposal captures salient scale and massing goals. This project shall sustain inherent conditions to a practical extent and integrate technical requirements to optimize sustainability, construction economy and architectural appearance. Also included are Exhibit Construction Documents for the Visitor Contact Station (VCS). The Exhibit Construction Documents will remain as the basis for design and cost with minor design changes required to coordinate with changes to the VCS design. The two projects referenced above, will be issued in a single Design/Build Request for Proposal (RFP). Work includes new construction at two undeveloped sites at the West Entry and redevelopment of the existing Chaparral Maintenance District. The Chaparral District is approximately 2.4 miles from the west entry at the end of a confined narrow canyon. WEST ENTRY SITE:West Entry development has two undisturbed sites separated by a paved road leading to the Chaparral district. Both sites are located in close proximity. PINN 005396: Work includes the following development: site preparation and grading; improvements to existing park road; paved vehicular service roads and parking; utilities infrastructures (storm water, domestic water, sewer, power and telephone/network conduit) and construction of new buildings. Contractor will provide visitor contact station (VCS), entry station, maintenance/fire/EMS building, maintenance yard, water and chlorination building, site grading, and site amenities (walks, plaza, hardscape areas and retaining walls). A photovoltaic (PV) system will utilize both roof-mounted and ground-rack mounted arrays at the maintenance structure. For the VCS, perform limited design, perform translation to Spanish, and perform production and installation of interpretive exhibits. Finally, provide and install audio-visual equipment in conjunction with the exhibits. Approximately several hundred yards northwest of the west entry construction site for the maintenance facility will be the Microwave Tower and Water Storage Tanks. Work for these items includes trench, backfill and install conduit for future communications wiring; furnish and install one power home run and separate home run to water tanks; conduct lightning risk assessment for the tanks locations and make recommendations for protection; and install controls and appurtenances to monitor water level/water pressure readings in water tanks. Utilize a single trench and provide gauges, power cable and equipment to link tower and tanks site with maintenance facility. The tower will be located just north of the new tanks. Construction of the tower and installation of wiring is not part of this contract. PINN 005447: Work includes the following development: two (2) 2-bedroom family residences and one (1) 4-bedroom house for group occupancy. The housing complex will be immediately adjacent to the maintenance facility and yard at the west entry site. Within the housing site, contractor will perform building construction, site development work, grading, installation of utilities and provide paved access. However, major infrastructure construction needed to serve the housing project is contained in the Visitor and Maintenance facility. CHAPARRAL SITE:All work at this site is contained in PINN 005396. At Chaparral, demolition of the following items is required: visitor contact/ranger station, maintenance/fire/SAR building, sewer lift station, footings and foundations, concrete flatwork, propane tanks, sheds, unpaved service drives, and removal of paving at road edge. Random demolition includes visitor use facilities (picnic area, comfort station and trailhead parking area). Utilities will be capped and abandoned-in-place. Removal of one mobile housing unit is part of this project. Restoration of site to natural flood plain is the goal. Re-vegetation of this site is not part of this project. New work includes constructing a PV/Generator building with roof-mounted PV array, propane tank and concrete pad, and connection to existing underground utilities. SUSTAINABILITY REQUIREMENTS:LEED Certification:Both projects are registered with USGBC, LEED 2.2v. PINN 005396 will be LEED-NC Silver Level. PINN 005447 will be LEED-H Silver Level. Silver is viewed as the baseline level, and higher LEED certification potential will be entertained. Contractor will assist an independent commissioning authority, primarily by data gathering and reporting. BUILDING SYSTEMS REQUIREMENTS:Water services will utilize an existing well, drilled in 2001, which can serve the planned development. A chlorination building, at the West Side site maintenance facility will house disinfecting equipment and appurtenances. Wastewater treatment will utilize new septic systems. This project is entirely off grid. Electric power will be generated using PV arrays at both West Side and Chaparral sites. Existing PV panels will be salvaged and supplemented with new panels. PV collection systems will be installed at West Entry and Chaparral. Inverters will convert DC to AC power system. Energy conservation practices are reinforced through design. No air-conditioning is planned. Evaporative coolers will be used in lieu of refrigerant systems and central systems yield to natural ventilation and low-energy methods for providing comfort. Heating systems are tailored to each structure's use and design characteristics. High-efficiency, modulating-condensing, gas-fired boilers with hydronic radiant floor distribution will be used in VCS and housing construction. Enhanced design standards will be applied to heating and cooling system selections as part of the technical requirements. Battery structures will store PV power at both collection locations. A propane fired generator provides temporary power if battery reserves are low. Building envelope insulation and passive solar design techniques will promote mechanical systems efficiency. Experience With Issues and Special Construction Hardships Presented by this Project: Remote site issues and absence of power, water or sanitary services on site will preclude establishment of a staff camp on site. Contractor and sub-contractors can find a limited number of commercial lodging and dining choices at Soledad, a community of several thousand residents, about 12 miles from the park. The nearest communities for construction supplies and a variety of services are between 40-45 miles from the West District entry. The most noteworthy destination is Salinas, CA. Finally, traveling Highway 146 will be slow with many narrow and winding turns. Large or heavy vehicles may encounter load size restrictions and road/bridge weights limits. This project has some challenging site use restrictions. Construction office staging and equipment and materials storage will be limited to the smallest feasible areas and near the job site to prevent widespread landscape damage. Compounding matters, the West Entry sites are closely situated, making congestion an issue for visitor traffic, park vehicles and construction crews. Conversely, the Chaparral site is 2.4 miles removed, requiring some duplication of supplies, equipment and services. Finally, the phasing schedule, for keeping the West District open and operational throughout construction, requires attention to bringing facilities and utilities on-line in sequence. This is necessary to minimize or avert loss of access to the resource, therefore sustaining communications, public health and safety, and visitor programs. The contractor's proposal will be based upon Schematic Design drawings, project requirements narrative, and Performance Technical Specifications (PTS) that will be provided in a subsequent Request for Proposal Phase Two. Contractor recommendations for creative cost savings and/or quality-enhancing design solutions will be considered via the later RFP/Phase Two process. The project process will follow National Park Service (NPS) workflows (http://www.nps.gov/dsc/workflows/designbuild.htm ). The estimated price is between $9,000,000.00 and $13,000,000.00, including all design and construction services. The contract provides for preparation of Design Development Documents, Construction Documents and Construction of the facilities. ARRA funding has been secured for this project. Record (redlined) hard copy drawings and As-Constructed AutoCAD file drawings are required upon construction completion. EVALUATION CRITERA - PHASE ONEDesign-Build (D-B) firms/teams that meet the requirements of this announcement are invited to submit qualifications for Phase One evaluation based upon the following criteria in descending order of importance: 1. Demonstrate past performance on quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force for similar project types including but not limited to Visitor Contact Stations, Maintenance/Fire/EMS Building, Housing, Photovoltaic Systems, and Exhibits. 2. Demonstrate extent of design/build experience, especially experience that the offeror's current A/E construction company partnership has working together on similar projects. Include any examples with proven performance in meeting project delivery schedules. 3. Demonstrate extent of experience with sustainable design and construction practices. Include any examples that demonstrate proven performance in design, administration, and/or construction of buildings with LEED Certification for New Construction. Demonstrate experience in preparing the necessary documentation of LEED submission and in working with an independent commissioning authority to verify testing results during construction. On-staff LEED-AP professionals will be considered as an indication of the contractor's commitment to sustainable building construction and an understanding of the level of commitment required for LEED certification. 4. Demonstrate experience in working with NPS or other federal agencies on past projects, and experience on projects at remote sites. Projects of similar type are especially valuable. Explain and detail the involvement of anticipated project team members in past projects, particularly projects that required:carefully organized and efficient scheduling of crews, equipment and suppliesstrategies for managing changes/problems with manpower and materials needs, winter weather delays, construction scheduling adjustments, budget management, and constructability challengesProvide examples of prior projects with similar logistical problems for staffing, securing supplies and providing daily job-site conveniences and methods used to circumvent the difficulties. 5. Demonstrate ability to provide innovative, cost effective design and construction solutions, with emphasis on successful alterations to enhance the efficacy of the building envelope and engineered systems while respecting a manifest vision for the project; like preserving valued aesthetics and planning concepts. Successful changes should highlight no-additional-cost outcomes and introduction of advanced technology that sustained owner enthusiasm and receptivity to change. The Brooks Act does not apply to this procurement as the acquisition is NOT for Architect-Engineer Services. However, a Standard Form (SF) 330, U.S. Government Architect-Engineer Qualifications may be used, but is not required. The SF 330's are formatted for Architect-Engineer (A-E) and related services, but this form can be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at following website: http://www.gsa.gov. Firms responding to this announcement using their own format should make certain all required information is included in their submittal. Design-Build Firms that meet the requirements described in this announcement are invited to submit One (1) hard copy of its response. Only hard copy responses received by 3:00 P.M. (Mountain Time Zone), February 22, 2010, will be evaluated. Up to four (4) of the most highly-qualified Design-Build (D-B) firms will be short-listed to participate in Phase Two of this Design-Build selection process. In Phase Two, those firms short-listed will be sent the Request for Proposal (RFP) which will contain the NPS Schematic Design Drawings, project requirements narrative, Performance Technical Specifications (PTS), and evaluation criteria for technical and firm-fixed price proposals. Offerors will be asked to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control as part of the Phase Two technical proposal. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals. Short-listed offerors will be asked to submit both a technical and price proposal based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "Best Value" offeror by approximately May 24, 2010. Debriefings will be made available after contract award. For inquiries and clarifications, the primary point of contact is Marlene Haussler, Contract Specialist, telephone number 303-969-2159, email marlene_haussler@contractor.nps.gov. The alternate point of contact is Sally McMahon, Contracting Officer, telephone number 303-969-2413, email sally_mcmahon@nps.gov. SUBMISSION REQUIREMENTS - PHASE ONEFirms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a submittal responding to the above criteria. An organizational chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) and further substantiates the relevant project work specifically described in submittals. Additional information (including information from prime and subs) should not exceed twenty (20) double-sided pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. 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 a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this announcement (http://www.bpn.gov). In addition, active registration in Central Contractor Registration (CCR) database (See also: http://www.bpn.gov) is required in order to conduct business with the Federal Government. Responses must be received by 3:00 P.M. (Mountain Time Zone), February 22, 2010, at the one of the following address(es): Via Overnight Delivery Service: National Park Service; Attn: Marlene Haussler, 12795 West Alameda Parkway, Denver, Colorado 80228-2838 Via U.S. Postal Service: National Park Service; Attn: Marlene Haussler, P.O. Box 25287, Denver, CO 80225-0287. Note: This is NOT a Request for Proposals (RFP). Note: Architect-Engineering (A-E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent Design-Build process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101078/listing.html)
 
Place of Performance
Address: Pinnacles National Monument, California
Zip Code: 950439770
 
Record
SN02058547-W 20100206/100205000041-ea43dc6573535b54a7dde8772bc5d5f2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.