Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOLICITATION NOTICE

C -- ACADIA AE IDIQX:NOGRN, Indefinite Delivery/Inde

Notice Date
12/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NPS, NER SERVICES MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
 
ZIP Code
00000
 
Solicitation Number
140P4318R0004
 
Response Due
1/19/2018
 
Archive Date
2/3/2018
 
Point of Contact
De Leon, Wendy
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR STATEMENTS OF QUALIFICATIONS ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION AVAILABLE FROM THIS NOTICE. The National Park Service is requesting Architectural and Engineering qualifications from interested parties for an Indefinite Delivery/Indefinite Quantity Contract for various projects at Acadia National Park and St. Croix Island International Historic Site. These sites are located in Maine near the towns of Bar Harbor, Winter Harbor, and Calais. Potential work locations include sites on Mount Desert Island, Schoodic Peninsula, Isle au Haut, Little Cranberry Island, Red Beach, and St. Croix Island. Facilities to be worked on may include buildings and historic buildings used for visitor and administrative services, paved and unpaved roads and parking areas, utility systems, trails, and developed landscapes. Work will include, but is not limited to facility and site investigations; surveying and mapping; soils and hazardous materials testing; preparation of preliminary studies, sketches, layouts, outlines, and advance cost estimates; comprehensive planning; conceptual and schematic designs and value analysis; construction drawings, specifications, and estimates; construction management; and other related services. Products will include, but not be limited to NEPA and Section 106 compliance documents and required permits; historic structures and archeological reports; hazardous material surveys; topographic and boundary surveys; site plans; preliminary, schematic, construction, and as-constructed drawings; and other architectural, engineering, landscape architectural, and facility related products. REQUIRED DISCIPLINES AND SERVICES A) Required disciplines include, but are not limited to architecture; landscape architecture; civil, electrical, mechanical, fire protection, geotechnical, plumbing/sanitary, and structural engineering; surveying; cost estimating; historic architecture and historic landscape architecture; hazardous materials surveys; archeology; writing and editing; materials testing; facilitation and environmental science. B) There may be an occasional need to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with minimal involvement of the prime contractor. Everything, e.g. task order issuance, direction, etc. must go through the prime contractor and not directly to the subconsultant. The prime contractor has to approve the use of "pass throughs" to their subconsultants. When the work is performed primarily by the subconsultant the prime contractor is involved in all discussions and all correspondence. Even though the prime is not allowed to add a mark-up or coordination fee on subconsultant work to the task order, the prime is entitled to add principal or PM time to review and coordinate placement and administration of the task order. SERVICES: For the purpose of this contract, the services to be provided will primarily be: A) Pre-Design Services: Site Analysis, Site Program, and Facility Program Contextual Analysis Integrated Design Narrative Meeting management including facilitation and recording B) Supplementary Services and Compliance Archeological survey Inventory, Resource surveys, Wetland Delineations Historic Structure and Cultural Landscape Reports and Assessments NEPA Compliance Permitting Other Environmental Compliance (i.e. fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations) Topographic survey Boundary survey C) Design Services: Schematic Design Value Analysis and Value-based decision making Design Development Construction Documents Construction Support Sustainability/LEED documentation Cost Estimating, including Life Cycle Costing and Total Cost of Ownership D) Construction Management Submittal Review Site visits and office support As-constructed drawings Project Scheduling Risk Analysis Commissioning POLICY REQUIREMENTS Information governing executive orders, laws and policies, standards, definitions, practices and guidelines including information on sustainable design as a guiding principle can be found at http://www.nps.gov/dsc/workflows/index.htm SELECTION CRITERIA: The following factors will be assessed and rated in descending order of importance. Factor 1 - PROFESSIONAL QUALIFICATIONS. This factor assesses the individual experience and professional qualifications of the key personnel for required disciplines assigned to the project team. Submit resumes for all proposed key individuals including information on professional licenses, registrations, and/or certifications. Factor 2 - PAST PERFORMANCE. This factor assesses and considers the past performance in the previous five years of the project team with respect to quality of work, cost control, compliance with performance schedules, cooperation and responsiveness. The Government may consider information provided by the firm, references, Government databases, and other publicly available sources. In addition, include records of all claims in excess of $2,500 against the firm because of errors and deficiencies. Factor 3 - LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT. This factor assesses the information provided that demonstrates expertise in geological features, climatic conditions, natural resources, architectural context, local construction methods, local and state building codes and permit requirements as well as the ability to respond quickly, efficiently, and economically to project needs. This factor evaluates the distance of the firm's project office from Acadia National Park, the extent of the firm's knowledge about the coastal Maine area, and the knowledge and experience of the firm pertaining to state, county and local project requirements. Factor 4 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. This will include evaluation of competence in specialized areas such as sustainability, cost estimating, environmental compliance for federal government agencies, rehabilitation of historic structures, and use of digital technology. Factor 5 - CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME. This factor assesses the ability to perform multiple task orders with similar completion schedules and overlapping delivery dates. Proposals should indicate the firm's present workload, and demonstrate the capacity to perform up to $1,500,000 of work in a one year period and to complete the work on time. Factor 6 - PROJECT MANAGEMENT AND QUALITY CONTROL. This factor assesses the ability to oversee and manage multiple in-house resources and subcontractors on a single project, while ensuring projects are kept on schedule, of high quality and within budget. The selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants while ensuring compliance with regulations, codes and policies. The firm should also demonstrate their ability to administratively track and invoice for multiple task orders. Firms shall demonstrate through examples how their Quality Assurance and Quality Control processes and multi-disciplinary team approach results in high quality products that meet the project requirements within available funds. This contract shall be procured in accordance with the Brooks Act and Federal Acquisition Regulations Part 36.6. The NAICS codes are 541310 (small business size standard is $7.5 million), 541320 (small business size standard is $7.5 million) and 541330 (small business size standard is $15 million). It is the National Park Services' intention to make a single award from this announcement. Services will be provided under an Indefinite Quantity/Indefinite Delivery contract with individual delivery orders (task orders) issued against the contract. The contact ceiling shall not exceed $7,500,000. There will be a base year and potential for four additional one year option periods. The total work per contract year will not exceed $1,500,000. The contracted firm is guaranteed a minimum of $5,000.00 per year. All work will be guided by NPS policies and directives. There may be an occasional need to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with minimal involvement of the prime contractor. Everything, e..g. task order issuance, direction, etc., must go through the prime contractor and not directly to the subconsultant. The prime contractor has to approve the use of "pass throughs" to their subconsultants. When the work is performed primarily by the subconsultant the prime contractor is involved in all discussions and all correspondence. Even though the prime is not allowed to add a mark-up or coordination fee on subconsultant work to the task order, the prime is entitled to add principal or project management time to review and coordinate placement and administration of the task order. SUBMISSION REQUIREMENTS ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. Firms having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, Part I for the firm and joint ventures. Standard Form 330, Part I shall be limited to no more than 50 pages, double sided pages shall be counted as two pages. Any pages in excess of the 50 page limit on Part I will not be included in the evaluation process. Firms with branch offices and consultants must submit Part II of Standard Form 330 that shall include project samples. There is no page limitation for Standard Form 330, Part II. The SF330's shall be typed and shall use a type pitch that is no smaller than a standard eleven-point font type, with the exception of charts, graphs, or tables, which shall use a pitch no smaller than 10-point. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Organization chart will not be subject to the page limitation set forth above. Firms shall separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded by a cover letter that references the solicitation number. The cover letter is not subject to the page limitation. Please include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF 330. All firms are advised that registration in the System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information check the SAM Website: http://www.sam.gov. Interested firms shall submit one original and three copies of their submission package. Submittal packages must be received no later than 2:00 p.m. local prevailing time on January 19, 2018 to the following address: Boston National Historical Park, Charlestown Navy Yard, NER New England MABO, Building I-1, Boston, MA 02129-4543, Attention: Wendy DeLeon, Contracting Officer. The deadline for questions is January 12, 2017 by 2:00 p.m. Submit all questions by email only to wendy_deleon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P4318R0004/listing.html)
 
Record
SN04759905-W 20171209/171207230952-82c7b0081cc4969a623f009fbbcaae01 (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.