SOLICITATION NOTICE
C -- ZION NATIONAL PARK - ARCHITECTURAL & ENGINEERING (
- Notice Date
- 10/13/2016
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- NPS, IMR - Lakewood MABO Zion National Park Springdale UT 84767 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS01031
- Response Due
- 10/24/2016
- Archive Date
- 11/8/2016
- Point of Contact
- Flatray, Malinda
- Small Business Set-Aside
- Total Small Business
- Description
- ZION NATIONAL PARK - ARCHITECTURAL & ENGINEERING (A&E) TITLE I, II, III SERVICES - TITLE: ARCHITECTURAL/ENGINEERING SERVICES INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR PROJECTS WITHIN UTAH AND ARIZONA INCLUDING: Zion National Park, Kolob Canyon, Cedar Breaks National Monument, Pipe Spring National Monument. However, projects can be throughout UT, AZ. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION AVAILABLE FROM THIS NOTICE. Zion National Park Service is seeking eligible small business firms capable of performing Architectural and Engineering Design Services for various projects within Utah, and Arizona. The predominant area of work is expected to be in Zion National Park, Utah, Pipe Spring National Monument, Kolob Canyon, Cedar Breaks National Monument, however, projects can be throughout Utah, Arizona. This requirement will include but is not limited to Title I, II and III Services including Pre-Design, Compliance, Conceptual, Schematic, Development of Requirements and Project Scope; Site and Feasibility Investigations; Design Development and Construction Drawings/Specifications and Construction Cost Estimates; Development of Design-Build Request for Proposal packages; and Facility Assessments. Review of Contractor Submittals, Field Consultation and Inspection during Construction; Conduct Life Safety Code Studies; Site and Feasibility Investigation and Analysis of existing structures; Historic Structure Reports; Research and Analysis of Federal, State and Local regulations/codes. The Government is contemplating up to four (4) Firm Fixed Price, IDIQ Contracts to include one (1) Base year plus three (3) Option periods. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool used to determine availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. It is requested that all interested Small Businesses submit to this office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating in-house ability to perform the requested services. Documentation shall address: as a minimum (1) Key disciplines within the current organizational structure; (2) Must show company has the capacity to handle multiple projects; (3) Relevant experience to include similar scope and complexity of efforts within last 3 years, include Contract #, Government/Agency point of contact with current telephone # and indication whether a prime or subcontractor and contract value. (4) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding SB Designation and Status. The process used to arrive at award will follow Federal Acquisition Regulation 36.6, Architect Engineering Services, by selecting the most qualified firm first. Small Businesses are required to demonstrate their CAPABILITIES IN HOUSE to meet the requirement of FAR Clause 52.219-14 Limitations of Subcontracting. SEE BELOW: In reference to FAR Clause 52.219-14 - Limitations of Subcontracting - The National Defense Authorization Act for Fiscal Year 2013 has passed and amended the Small Business Act to provide that, for purposes of the limitations on subcontracting, costs incurred by a small business prime contractor on its similarly situated small business subcontractor shall not be considered subcontracted costs... SIMILARLY SITUATED ENTITY- The term `similarly situated entity' means a subcontractor that-- (A) if a subcontractor for a small business concern, is a small business concern; (B) if a subcontractor for a small business concern eligible to receive contracts under section 8(a), is such a concern; (C) if a subcontractor for a small business concern owned and controlled by women (as defined in section 8(m)), is such a concern; (D) if a subcontractor for a small business concern owned and controlled by women (as defined in section 8(m)) that is not less than 51 percent owned by 1 or more women who are economically disadvantaged (and such ownership is determined without regard to any community property law), is such a concern; (E) if a subcontractor for a qualified HUB Zone small business concern, is such a concern; or (F) if a subcontractor for a small business concern owned and controlled by service-disabled veterans, is such a concern. The National Defense Authorization Act of 2013 permits prime contractors to meet the requirements of the limitations on subcontracting clause by including work performed by similarly situated subcontractors. The FARs limitations on subcontracting clause allows the prime contractor to count small business subcontractors toward the primes own performance requirement. RESPONSES ARE DUE October 24,2016 by 2:00 PM. Late responses will not be accepted. All Small Businesses (SBs), Service-Disabled Veteran-Owned Small Businesses, Certified Hub-Zone SB, 8(a) SBs, Veteran Owned Small Businesses and Economically Disadvantaged Woman Owned SBs are encouraged to respond. Upon review of industry response to this Sources Sought, the Government will determine whether a Set-Aside Acquisition in lieu of Full and Open Competition is in the Government's best interest. NAICS Code is 541310. Small Business size classification is $7,500,000. Large Businesses should not respond. The package shall be emailed to: malinda_flatray@nps.gov, Questions regarding this notice may be addressed by email to malinda_flatray@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01031/listing.html)
- Record
- SN04303334-W 20161015/161013233908-a57e8c281bae271ee94cf22b243dc8ac (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 |