Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOURCES SOUGHT

R -- National Capital Indefinite Delivery Indefinite Quantity (IDIQ)

Notice Date
12/19/2016
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P17PS00296
 
Archive Date
2/4/2017
 
Point of Contact
Aaron Admas, Phone: (303) 969-2789
 
E-Mail Address
aaron_adams@nps.gov
(aaron_adams@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. The National Park Service (NPS) Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of businesses for the following work: Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the NPS's National Capital Region which includes Washington DC and the states of Maryland, Virginia and West Virginia. The secondary area of coverage is nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual professional state's licensure and registration requirements can be met. In order to be considered for award of this IDIQ contract, firm(s) must demonstrate they possess all professional qualifications, including individual licenses, certifications, etc., for those states listed in the primary area of coverage. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm is eligible to become registered in the secondary area states if selected, in time frame as required. The NAICS Code for this requirement is 541310 with a corresponding size standard of $7.0 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108. All firms should be certified in the Online Representations and Certifications Applications (ORCA) found at the System for Award Management (SAM) https://www.sam.gov. In accordance with FAR clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, at least 50 percent of the cost of contract performance. The 50 percent limitation will be based on the total amount paid to all small business concerns. This includes amounts paid in subcontracting arrangements with other small companies. 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. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $20,000,000.00 for the life of the contract. The $20,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $2,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The lead firm(s) selected for contract award will be predominately a landscape architecture or architecture and engineering firm specializing in contemporary and/or historic landscape architecture and architecture and with in-house and/or sub-contracted multi-disciplinary engineering support and documented experience in dealing with the Commission of Fine Arts and the National Capitol Planning Commission. In order to maximize competition, the National Park Service is encouraging prime/sub consultant relationships for this solicitation. The core team of required disciplines include, but are not limited to, professionals registered as architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture, Landscape Architecture, Historic Architecture, Architectural Barriers Act Accessibility Standards Specialist, Mechanical Engineering, Electrical Engineering, Civil Engineering, Cost Control/Estimating/Life Cycle Costing/Engineering, Construction Engineering/Construction Management/Construction Inspection, Fire Protection Engineering, Geotechnical and Structural Engineering, Certified Value Specialists, LEED Accredited Personnel and Sustainable Technologies. Additional disciplines which may be required for some projects include professionals registered in, or meeting the Secretary of the Interior's Professional Qualification Standards for (as appropriate), Arctic Engineering Specialist, Avian Biology, Electrical Administrator (individual licensed as an Electrical Administrator in the Primary Geographic Area),Mechanical Administrator (individual licensed as a Mechanical Administrator in the Primary Geographic Area), Sanitary Surveying (individual licensed as a Sanitary Surveyor in the Primary Geographic Area), Hazardous Materials Abatement Specialist, Industrial Hygiene, Land Surveying, Materials Testing, Marine Architecture, Lighting Design Specialist, Interior Design, Commissioning, Archeology, Cultural Resources, Natural Resources, and Exhibit Specialists. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, Microsoft Office applications, Adobe Acrobat, copying/printing, etc., may be required in the performance of specific task order requirements. In addition removal and replacement of building finishes, destructive testing, foundation testing, hazardous materials testing, surveying and geotechnical testing and analysis, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the following: Possess all professional qualifications, including individual professional licenses, certifications, etc. for those states listed in the primary area of coverage. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm is eligible to become registered in the secondary area states if selected. Ability to meet requirements for multiple task orders at various locations within the primary area of coverage. Do not submit SF-330, Architect-Engineer Qualifications. Firms responding to this notice must submit a narrative, not exceeding 10 pages double-sided, addressing the following: Description of how capability requirements above will be met. Percentage and description of self-performed work over the previous five (5) years. Identification/certification of business size status. Responses to this Sources Sought Notice are due by Friday January 20, 2016 4:00 P.M. Mountain Time. Responses shall be submitted by email only with subject titled "National Capital IDIQ Sources Sought 2017" to the following address: aaron_adams@nps.gov The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of the SBA's socio-economic business programs. The NPS does not intend to pay for any information provided under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS00296/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04354850-W 20161221/161219234149-0adf97d511421c30f29ea55de8f5548a (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.