Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2018 FBO #6028
SOLICITATION NOTICE

C -- A&E Design Services IDIQ - Alaska

Notice Date
5/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural 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
140P2018R0093
 
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
N/A
 
Description
ANNOUNCEMENT FOR FBO A/E Design Service - Alaska DESCRIPTION: Full and Open Competition The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified firm(s) or organization(s) to provide Multi-Disciplinary Architect-Engineer (A/E) Design Services, General Architecture Services and other supporting services under an Indefinite Quantity contract for a variety of projects within National Park Service units throughout the Alaska Region (primary coverage area). 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. This is an unrestricted acquisition (meaning not being set aside for small business) 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(s) in which the work is to be performed. 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 requirement 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. Evidence must also be shown that the candidate firm is eligible to become professionally licensed or certified in the secondary area if selected, within 30 days of being notified of most highly qualified status, although current licensure or certification in the secondary area of coverage is not required at this time. The lead firm(s) selected for contract award(s) will be predominantly an architecture or architecture/engineering firm(s) specializing in contemporary and/or historic architecture. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation The NAIC code for this requirement is 541310. Active registration in Systems for Award Management (SAM) at https://www.sam.gov is required in order to conduct business with the Federal Government. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (www.bpn.gov). 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 contract(s) based on the Source Selection Authority's final selection of 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, Denver Service Center (DSC). Task Orders may be issued by the Washington Support Office (WASO) which is comprised of the Denver Service Center (DSC) and WASO Contracting Office (WCO). Contracting activities outside 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, contracting activities outside DSC must provide DSC copies of the task order issued, the COR appointment letter for the task order and any task order modifications executed. I. TYPES OF PROJECTS Projects may include, but are not limited to, design for interpretive structures, 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, and marina facilities; research, evaluation, inventory, stabilization, preservation, and rehabilitation of historic structures; site planning and design; and cultural/historic landscapes. II. DISCIPLINES A. Required Disciplines: a. Required disciplines include, but are not limited to, registered professionals who possess professional licenses and/or certification in the following disciplines in the primary geographic area and who are experienced at practicing each specific required professional discipline in the primary geographic area: 1. Architecture 2. Civil Engineering 3. Commissioning 4. Construction Engineering 5. Electrical Engineering 6. Fire Protection Engineering Specialist 7. Geotechnical Engineering 8. Historic Architecture 9. Industrial Hygiene 10.Landscape Architecture 11.LEED Accredited Professional 12.Mechanical Engineering 13.Structural Engineering 14.Architectural Barriers Act Accessibility Standards Specialist 15.Construction Management 16.On-site Inspection Services 17.Cost estimating B. Additional disciplines which may be required for some projects include professionals registered (where applicable) or who specialize in the following disciplines: 1. Arctic Engineering Specialist 2. Avian Biology (with emphasis on consultation and field investigation related to the 3. Electrical Administrator (individual licensed as an Electrical Administrator in the Primary Geographic Area) 4. Exhibitry/Media Designer 5. Hazardous Materials Abatement Specialist 6. Interior Designing 7. Land Surveying 8. Lighting Design Specialist 9. Marine Architecture 10.Materials Testing (examples include field and laboratory soils testing and classification; field and laboratory concrete testing, structural load testing, etc.) 11.Mechanical Administrator (individual licensed as a Mechanical Administrator in the Primary Geographic Area) 12.NEPA Compliance Specialist 13.Sanitary Surveying (individual licensed as a Sanitary Surveyor in the Primary Geographic Area) 14.Welding Inspection 15.Renewable Energy Specialist 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, foundation testing, 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. 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; https://www.nps.gov/dscw/dschematic.htm 1. Programming (Site Analysis, Site Program, and Facility Program) 2. Contextual Analysis 3. Integrated Design Narrative 4. Supplementary Services B. Design Services: http://www.nps.gov/dscw/dbbdesdevelop.htm http:/www.nps.gov/dscw/dbbcondocs.htm 1. Schematic Design 2. Value Analysis and Value-based decision making 3. Design Development 4. Construction Documents 5. Construction Support 6. Commissioning 7. Sustainability/LEED documentation C. Compliance Services: 1. Research 2. Inventory, Resource Surveys, Wetlands Delineations 3. Historic Structure and Cultural Landscape Reports and Assessments 4. National Environmental Policy Act (NEPA) Compliance 5. 106 and National Historic Preservation Act (NHPA) Compliance 6. Other Environmental Compliance (i.e. fish habitat restoration, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations, etc.) 7. Regulatory Compliance (i.e. water, sewer, solid waste, hazardous materials abatement, contaminated sites, etc.) 8. Sanitary Surveys (Alaska Department of Environmental Conservation) D. Cost Estimating, including Life Cycle Costing and Total Cost of Ownership E. Permitting (i.e. ADEC water treatment systems permits, wetlands fill permits, wastewater discharge permits, hazardous materials transport/disposal permits, etc.) F. Construction Field Engineering (i.e. construction engineering, inspection, laboratory testing, on-site testing, safety engineering, scheduling, surveying for verification, etc.) G. Facilities Engineering (i.e. facility condition assessments, facility maintenance program design/implementation, facility energy use analysis, etc.) Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at: http://www.nps.gov/dsc/workflows/index.htm. Quality Control: A documented internal Quality Control Program shall be applied to all services performed and shall be used by all subcontractors. This quality control program should include a system that identifies persistent quality issues and reduces their incidence in subsequent submittals. This system shall include documentation that is reviewable by the Government upon request. The A/E consultant accepts ultimate responsibility, liability and duty to control the quality of the services provided to the Government as stipulated in the FAR, Part 36.609-2. The A/E shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the A/E, their Employees, Agents, Assignees, and Subconsultants under the contract. The A/E shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. The A/E shall demonstrate existence of a Quality Control (QC) system that will be used for all work submitted to the National Park Service. The QC system shall be utilized by the prime contractor and all subcontractors and shall, at a minimum, include the following: A. Coordination of drawings and specifications within each discipline, and between all disciplines. B. Verification that all documents to be submitted are accurate and correct. C. Checklists for internal review of drawings, specifications, calculations, and cost estimates. D. Verification, prior to submittal to the National Park Service, that all required documents for each submission are included and complete, per the contract requirements. E. Verification that all required documents have undergone a QC review prior to submittal to the National Park Service. The National Park Service requires documentation and submittal of all QC work performed. F. Confirmation that National Park Service submittal standards including, but not limited to, formatting, utilization of drawing symbols, and font size requirements have been conformed to. IV. CONTRACT PERIOD/ORDERING LIMITATION 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 $10,000,000.00 for the life of the contract. The $10,000,000.00 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 $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. V. SUSTAINABLE DESIGN The U.S. Government has adopted sustainable design as the guiding principle (http://www.energystar.gov/ia/business/Guiding_Principles.pdf for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their 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. VI. ORDERS, LAWS, MANAGEMENT POLICIES AND REGULATIONS Comply with Design Imperatives at http://www.nps.gov/dscw/laws-policies.htm plus all applicable Executive, Secretarial and Director's Orders, laws, management policies and regulations which can be found at http://www.nps.gov/applications/npspolicy/. VII. 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 manager, park staff, concessioners, engineering consultants, project inspectors, construction contractors, and construction subcontractors. The A/E will need to have direct contact with team members. VIII. 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. IX. SUBCONTRACTING PLAN REQUIREMENT Offerors are required to demonstrate/commit that they will meet the minimum requirement of 15% of the total contract value to small business concerns. Statement of Qualifications shall clearly identify business size and socio economic status of all proposed subconsultants. Proposed teams will be evaluated to determine if this subcontracting requirement can be met. Firms which do not demonstrate meeting this requirement will not be considered for award. Subcontracting Plan. The selected firm(s), if a large business, will be required to submit a subcontracting plan. The subcontracting plan which in accordance with Public Law 97-507 requires the firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontract plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 44.50% of the contractor's intended subcontract amount be placed with small businesses. Small Business; women-owned - 5%; HUBZone firms - 3%; Service Disabled Veteran-Owned firms - 3%; and Small Disadvantaged firms - 5%. The Subcontracting Plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable Subcontracting Plan. X. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, applied to the firm, the proposed team, and the proposed key personnel, listed in descending order of importance: A. Demonstrated experience with integrated design for the types of work required under this contract, with an emphasis on coordinated multidisciplinary teams, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through. Ability of the team to communicate, coordinate, and facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate into a multi-disciplinary design team. Formulation of a team with experience working as a team on projects in the primary geographic area. Proven capacity of the team to respond to multiple task orders on short notice. B. 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. C. Demonstration of the quality and effectiveness of the team's work as evidenced by: 1. The ability to produce practical, constructible, and maintainable 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. 2. A quality control program, including quality control process records/documentation, demonstrating the effectiveness of the firm's quality control program. D. Demonstrated planning, design and permitting experience with Natural and Cultural Resource Compliance (i.e. NEPA, Section 106), including the demonstration of a preservation design ethic, philosophy, and approach and the ability of the team to produce viable treatment solutions that show an awareness and sensitivity to character-defining features, historic fabric and historic scene, and adherence to the Secretary of the Interior's Standards for the Treatment of Historic Properties. Demonstrated understanding of the four categories of ultimate historic structure treatments: Preservation, Rehabilitation, Restoration, and Reconstruction. 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). XI. 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 F330 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. E. Documentation of the internal Quality Control Program. 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). Ensure 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. Responses must be received by 4:00 p.m. Mountain Daylight Time, July 3, 2018 as follows: If via Courier Service: National Park Service Contracting Services ATTN: Marlene Haussler 12795 West Alameda Parkway Lakewood, CO 80228 If via U.S. Postal Service: National Park Service Contracting Services ATTN: Marlene Haussler P.O. Box 25287 Denver, CO 80225-0287 Primary Contact: Marlene Haussler Phone: 303-969-2159 Email: marlene.haussler@contractor.nps.gov Secondary Contact: John Vallejos Email: john_vallejos@nps.gov Submit questions by email Note: This is not a Request for Proposal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2018R0093/listing.html)
 
Place of Performance
Address: Alaska Region, Anchorage, Alaska, 99501, United States
Zip Code: 99501
 
Record
SN04933696-W 20180526/180524230532-f9e27284b0fab9d4ef3316601a26f96d (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.