MODIFICATION
C -- Architectural and Engineering services for Indefinite Delivery/Indefinite Quantity Contract for various projects at Acadia National Park an dSt. Croix Island International Historic Site. Amendment 0001
- Notice Date
- 1/9/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- NER - New England MABO Charlestown Navy Yard, Bldg I-1 Boston MA 02129
- ZIP Code
- 02129
- Solicitation Number
- P12PS50583
- Response Due
- 1/19/2012
- Archive Date
- 1/8/2013
- Point of Contact
- Diane E. McKenzie Contract Specialist 6172425787 Diane_McKenzie@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
- Total Small Business
- Description
- Pre-Solicitation Notice P12PS50583Architectural and Engineering services for Indefinite Delivery/Indefinite Quantity Contract for various projects at Acadia National Park and St. Croix Island International Historic Site Amendment 0001 Questions and Answers, Nos. 1 through 14. 1.Question: The NAICS code is coded under the Landscape Architecture NAICS but the description says Architecture and Engineering. Would a firm that is eligible under the A&E NAICS codes (541330 or 541310) be allowed to prime this contract? Is the contract intended to be mostly Landscape Architecture projects? Answer: See FAR 19.301-1(a) "To be eligible for award as a small business, an Offeror must represent in good faith that it is a small business at the time of its written representation. An Offeror may represent that it is a small business concern in connection with a specific solicitation if it meets the definition of a small business concern applicable to the solicitation and has not been determined by the Small Business Administration (SBA) to be other than a small business." See also FAR 19.301-2(c) "A contractor must re-represent its size status in accordance with the size standard in effect at the time of its re-representation that corresponds to the NAICS code that was initially assigned to the contract." This is an Indefinite Delivery/Indefinite Quantity Contract; a wide range of services is anticipated, with the majority related to Landscape Architectural Services. 2.Question: Has this work previously been held by another vendor? If so, who held this contract? Answer: The current contractor is Roc Caivano Architects of 38 Rodick Street, Bar Harbor, Maine. Please note this firm has requested that NO firms attempt to contact them. 3.Question: We are located in Norfolk, VA which is a distance away. In regards to this distance, are you considering vendors this far away? Answer: It is a firm's individual business decision to submit a proposal for this announcement. All firms must demonstrate that they can qualify based on the selection criteria in the announcement. 4.Question: We are open to the option of sub consulting to other firms who may bid as the primary on this job. Can you tell me who they are? Answer: Please go to the "Interested Vendors List" at www.fedbizopps.gov to seek potential networking opportunities. 5.Question: Where will questions and answers from other potential vendors be listed? Answer: Amendments will be posted with questions and answers. 6.Question: My understanding is that new federal rules are in process that will redefine small business at $19M, and that project officers are allowed at their discretion to use the higher limit now. Assuming the rule change is finalized in early 2012, would our company's proposal be considered for this RFQ? Under what circumstances would our proposal NOT be considered? Answer: The Small Business Administration has confirmed as of this date that the limit for annual revenues of the prime firm averaged over the past three years shall not exceed $7 million for NAICS 541320. The National Park Service will not accept proposals from firms not able to meet the size standard by date proposals are due, January 19, 2012. 7.Question: In reference to the solicitation there is a Total Small Business Set Aside requirement of $7 million. Does this apply only to the prime firm or does each sub consultant also have to fall below that small business size standard? Answer: The size standard is only applicable to the prime contractor. 8.Question: The solicitation asks for "one original and three copies" of the submission package. By "original" do you mean an unbound copy that can be used for additional reproduction? Answer: No. One original means that one set of the SF330's must have original signatures in the applicable signature block(s). Instructions are obtainable on line via a google search for SF330's, please follow the instructions carefully. 9.Question: Do sub consultants need to be registered with the CCR by time of contract award? Answer: No. 10.Question: Is there a preference for double or single sided pages? Answer: There is no preference. Pursuant to the announcement, "double sided pages will be counted as two pages." 11.Question: Is $7 million the top limit of revenues to be considered as a small business? If the prime is a small business and the sub contractors are large businesses is that a disqualification factor? Answer: The size standard of $7 million, represents the firms average annual revenues over the past three years. FAR clause 52.219-14, Limitation in Subcontracting, is applicable to this announcement and states in part, "(1) Contracts that have been set aside or reserved for small business concerns(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 12.Question: Please clarify "writing and editing" in Required Disciplines and Services item A. Is this technical, planning related, interpretive, for public affairs, any or all of these? Answer: The writing and editing will primarily be technical and planning. Examples include but are not limited to: feasibility reports, development plans and studies, process summaries, compliance documents such as environmental assessments, etc. It is not anticipated that writing and editing would include interpretation or public affairs. 13.Question: Maine licensing: Required? Of whom? Will registration with NCARB, CLARB, and similar credentialing bodies satisfy the requirement? Answer: State of Maine licensing is required of architects and/or engineers as prescribed pursuant to FAR 52.236-25, Requirements for Registration of Designers, "Architects or engineers registered to practice in the particular professional field involved in a State, the District of Columbia, or an outlying area of the United States shall prepare or review and approve the design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work." Registration alone, that does not include a State of Maine license, with NCARB, CLARB, etc. will not suffice. 14.Question: Is the submission address able to receive signature required, express mail from USPS, FedEx and UPS? Answer: Yes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS50583/listing.html)
- Place of Performance
- Address: Acadia National ParkBar Harbor, Maine
- Zip Code: 04609
- Zip Code: 04609
- Record
- SN02651398-W 20120111/120109234647-6049b5d4b5177a2c9b747a28f05082b5 (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 |