SOLICITATION NOTICE
C -- IDIQ AE Services Alaska Region
- Notice Date
- 5/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- 140P2018R0079
- Point of Contact
- Marlene Haussler, Phone: (303) 969-2159, John Vallejos, Phone: 303-969-2592
- E-Mail Address
-
Marlene_Haussler@contractor.nps.gov, john_vallejos@nps.gov
(Marlene_Haussler@contractor.nps.gov, john_vallejos@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ANNOUNCEMENT FOR FEDBIZOPS MECHANICAL/ELECTRICAL FIRE PROTECTION ENGINEERING DESCRIPTION: The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified Small Business firm(s) or organization(s) to provide Architect-Engineer (A/E) Mechanical/Electrical/Fire Protection Engineering and supporting services under an Indefinite Quantity contract for a variety of projects within National Park Service units throughout the Alaska Region which includes the State of Alaska. Work performed under an IDIQ task order as contemplated in this Request for Qualifications must be performed by individuals licensed or certified in the state in which the work is to be performed. It is difficult to anticipate ahead of time which disciplines NPS may require services to be performed under any given task order. Therefore firms, either on their own or in combination with subcontractors, provided compliance with the limitation on subcontracting is met, must have or be eligible to acquire professional qualifications, including licenses and certifications, in any of the required disciplines in the State of Alaska as necessary for the completion of a task order within 30 days of being notified of most highly qualified status. This restriction is necessary to meet licensure and certification requirements as well as to avoid undue delay in meeting agency requirements as they arise while taking into consideration concerns for human health and safety. As such, firms must demonstrate that they are or are capable of being or are eligible to be licensed or certified in the State of Alaska in any of the required disciplines within 30 days of being notified of most highly qualified status. The lead firm(s) selected for contract award(s) will be predominately an engineering firm specializing in Mechanical/Electrical/Fire Protection Engineering and possess other engineering capabilities identified in the disciplines described herein as "Required Disciplines". Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservations" and the related "Secretary of the Interior's Standards for the treatment of Historic Properties" and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles must be demonstrated. The Government may elect to award a single task order contract or to award multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the Source Selection Official's final selection, in order of preference, to firms considered most highly qualified to perform the work. Each selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, qualifications, past performance, quality of deliverables, timeliness, geographic location, and other factors (i.e. knowledge of local construction methodologies and practices, natural and cultural compliance, permitting, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. This IDIQ contract is awarded and administered by the National Park Service (NPS) Denver Service Center (DSC). Task orders may be issued by contracting activities throughout the Alaska Region. Contracting activities outside the DSC must first obtain permission from DSC personnel authorized to review and authorize such requests before a request for proposal is issued. All task orders must be within this contract's scope and must comply with the terms, conditions and intent of this IDIQ contract. In addition all contracting activities outside the DSC must provide copies of the task order issued, the COR appointment letter for the task order, and any task order modifications executed. I. TYPES OF PROJECTS A. General Description. Projects may include, but are not limited to: engineering evaluation; site planning and design; museums; visitor/interpretive centers; administrative facilities; maintenance facilities; utility infrastructure; multi and single family housing; comfort stations; campgrounds; roads and parking; vehicular and pedestrian bridges; rehabilitation of existing and historic structures or features; and marina facilities. B. Demonstrative Example 1 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with providing engineering design of mechanical and electrical systems for a new facility that is planned for construction utilizing either NPS labor crews or a general contractor. C. Demonstrative Example 2 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with providing services of a Mechanical Engineer/Commissioning Agent for design phase and construction phase commissioning, for new visitor center facility. D. Demonstrative Example 3 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with providing services under the direction of a Fire Protection Engineer to perform tasks commonly associated with an Authority having Jurisdiction (AHJ) for fire protection, including alarm/sprinkler plan review, shop drawing review, on-site inspection/testing of systems, and preparation of NPS documentation, in conformance with both NPFA standards and NPS regulations. This work would include annual inspection/testing/maintenance as required by NFPA, inventory of existing systems, and data management. E. Demonstrative Example 4 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be tasked with the design of a refurbishment to an existing power generation plant including diesel generators, cooling systems, waste heat recovery, and supporting electrical distribution equipment. As part of this work, the A/E could also be tasked with evaluating feasibility for installation of small scale renewable energy systems and designing those systems. F. Demonstrative Example 5 (Fictitious): Under the direction of a Registered Professional Engineer, the A/E could be asked to provide inspection services by a Mechanical Administrator and an Electrical Administrator for a newly constructed maintenance support facility including troubleshooting, resolving operational issues with the facility and preparation of associated reports. II. DISCIPLINES A.Required Disciplines: Required engineering disciplines include, but are not limited to, registered professional engineers who possess professional licenses in the primary geographic area and who are experienced at practicing each specific required engineering discipline in the primary geographic area. Specific engineering disciplines are: 1. Electrical Engineering 2. Mechanical Engineering 3. Fire Protection Engineering 4. Commissioning Agent B. Additional Disciplines. Additional disciplines which may be required for some projects include professionals who are registered or certified in the primary geographic area and who are experienced at practicing each additional discipline in the primary geographic area. Additional disciplines include: 1. Cost Estimating, 2. Electrical Administrator (individual licensed as an Electrical Administrator in the Primary Geographic Area) 3. Fuel Systems design/inspection/repair specialist 4. Lighting Design specialist 5. Mechanical Administrator (individual licensed as a Mechanical Administrator in the Primary Geographic Area) 6. Small scale/renewable energy systems specialist 7. Inspection and testing of structural fire systems C. Other disciplines not listed but required for completion of a specific task associated with a specific project will be added as necessary D. Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, Microsoft Office applications, Adobe Acrobat, copying/printing, material support for field-assigned personnel, etc., may be required in the performance of specific task order requirements. In addition removal and replacement of building finishes, destructive testing, etc., may be required to determine actual conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. III. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A. Pre-Design Services: http://www.nps.gov/dscw/dbbpredesign.htm http://www.nps.gov/dscw/dbpredesign.htm http://www.nps.gov/dscw;dbbschematic.htm https://www.nps.gov/dscw/dschematic.htm • Programming (Site Analysis, Site Program, and Facility Program) • Integrated Design Narrative. Supplemental Services B.Design Services: http://www.nps.gov/dscw/dbbdesdevelop.htm http://www.nps.gov/dscw/dbbcondocs.hts • Schematic Design • Value Analysis and Value-based decision making • Design Development • Construction Documents • Construction Support • Commissioning • Sustainability/LEED documentation C. Cost Estimating D. On-site inspection and testing E. Facilities Engineering (i.e. facility condition assessments, facility maintenance program design/implementation, facility energy use analysis, etc.) F. Claims Avoidance Consultation/Review A documented internal Quality Control program shall be applied to all services performed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at: http://www.nps.gov/dscw/dbbgeneral.htm. IV SUSTAINABLE DESIGN The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design and "green" building systems. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects, green building awards, LEED certified professionals on staff as part of the team, and/or use of innovative "green" technologies in design. EXECUTIVE ORDERS, LAWS, AND REGULATIONS Comply with Design Imperatives at http://www.nps.gov/dscw/dbbgeneral.htm plus all applicable Executive Orders, laws, and regulations, which can be found at http://www.nps.gov/applications/npspolicy V CONTRACT PERIOD 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 $3,500,000.00 for the life of the contract. The $3,500,000.00 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 $350,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $10,000.00. VI COORDINATION The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with Federal, State and local regulatory agencies to assure compliance with regulations, codes and policies. The National Park Service places a strong emphasis on teamwork and team building. Team members often include contracting staff, contracting officer's representatives, project managers, park staff, concessioners, engineering consultants, project inspectors, construction contractors, and construction subcontractors. The A/E will need to have direct contact with team members. VII SPECIALIZED SERVICES In the course of doing business with Architect/Engineering firms under contract with the NPS, the NPS occasionally needs 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 little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect these "pass-throughs" would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the NPS will continue to acquire such specialized services in this manner. The NPS does not allow the prime consultant an administrative handling or coordination fee on sub-consultant's services. VIII TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: A. Demonstrated ability and experience to produce practical, constructible, and maintainable Mechanical Engineering and Electrical Engineering designs and systems, with an awareness of the strengths and limitations of various design approaches considering the capacity of the National Park Service to operate and maintain systems and/or components in the climatic conditions in the primary geographic area. B. Demonstrated ability, experience, and familiarity with fire protection standards, requirements, and guidance, including NFPA and NPS specific Director's Orders, policies, and procedures. C. Demonstrated ability and experience in performing all phases of commissioning on projects of various sizes tailored to the needs of the project. D. Demonstrated experience and technical competence in preparing designs for facilities that minimize the use of, and the environmental impact on, the earth's renewable and non-renewable resources and to the earth's managed resources. This includes, to the maximum extent practicable, designing improvements in consideration of: available materials, construction techniques, and logistics; specifying the use of recycled content material and recovered materials; and providing designs that promote energy conservation, pollution prevention, and waste reduction. Emphasis will focus on familiarity with and project experience in applying principles of sustainability for the types of projects described and utilization of appropriate materials and construction techniques, with sensitivity to natural and cultural resources, as well as aesthetic considerations appropriate for National Park settings. E. Demonstrated professional qualifications of individuals listed to perform under the contract, including individual licenses, certifications, and experience in the work proposed in the primary geographic area, along with examples and demonstrated effectiveness of the firm's quality control process. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e. multiple awards). IX SUBCONTRACTING REQUIREMENTS In accordance with FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the selected firm. For this procurement, percentage of work performed/costs incurred by all small business firms under the contract shall be included in meeting the 50 percent requirement. After the basic IDIQ contract(s) is awarded, subsequent task order awards under it will require proposals clearly delineating the above mentioned 50 percent or more costs. X SUBMISSION REQUIREMENTS Firms that fully meet the requirements described in this announcement are invited to submit: A. A Letter of Interest; B. A completed Standard Form 330 for the proposed team (including Parts I and II); C. A completed Standard Form 330 Part II for each firm (prime and subconsultants); D. An organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and the professional licensure/certification of key personnel. It is NOT necessary to identify proposed team members for those Additional Disciplines identified in Section II.B above. Submission of any additional supporting material is encouraged, but only to the extent that it substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. Firms shall submit two hard copies AND one electronic copy as directed herein. The electronic copy shall be submitted on a USB thumb drive (Compact Disks (CD) shall not be submitted. Insure the appropriate information is included in all copies. It is recommended that hard copy submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received solely by email will NOT be accepted. Submissions received via 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. The NAICS code for this requirement is 541330, size standard $15 million annual receipts, average over the preceding 3 years. The size of the small business firm includes all parents, subsidiaries, affiliates, etc. (See 13 CFR 121.103 and 13 CFR 121.108). In order to conduct business with the Federal Government, the lead firm must be certified in System for Award Management (SAM) at https://www.sam.gov. Submit your qualifications to the following address so as to insure it arrives by no later than 4:00 p.m. Mountain Time, June 6, 2018 as follows: If via courier service: National Park Service Denver Service Center Attn: Marlene Haussler (DSC-CS) 12795 West Alameda Parkway Lakewood, CO 80228 If via U.S. Postal Service National Park Service Denver Service Center Attn: Marlene Haussler (DSC-CS) P.O. Box 25287 Denver, CO 80225-0287 Primary Point of Contact Marlene Haussler Email: marlene_haussler@contractor.nps.gov Telephone: 303 969 2159 Secondary Point of Contact John Vallejos Email: john_vallejos@nps.gov Submit questions by email This is not a Request for Proposals
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2018R0079/listing.html)
- Place of Performance
- Address: Alaska Region - State of Alaska, Anchorage, Alaska, 99755, United States
- Zip Code: 99755
- Zip Code: 99755
- Record
- SN04913670-W 20180509/180507230933-c6c282d0fb8c2744670ef7e20e5be842 (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 |