SOLICITATION NOTICE
C -- AE IDIQ IMR Request for Qualifications - Past Performance Questionnaire
- Notice Date
- 9/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 140P2018R0124
- 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
- Past Performance Questionnaire National Park Service, Denver Service Center A/E Design Services - Intermountain Region Request for Qualifications THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified SMALL BUSINESS FIRMS UNDER NAICS CODE 541310 to provide Multi-Disciplinary Architect-Engineer (A/E) Design Services and other Supporting Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at areas throughout the Intermountain Region which includes the states of Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Oklahoma and Texas (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. 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. It is difficult to anticipate ahead of time within which states in the primary area of coverage or within 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 states of the Intermountain Region 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, safety and welfare. Evidence must also be shown that the candidate firm is eligible to become professionally licensed or certified in the secondary area of coverage (nationwide) if selected, within 30 days of being notified of most highly qualified status. 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, size standard $7.5 million annual receipts, averaged 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 perform business with the Federal Government, all firms must be certified in Systems for Award Management (SAM) at https://www.sam.gov In accordance with FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING, at least 50 percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the small business firm. For this procurement, percentage of work performed/costs incurred by all small business firms under this contract will be included in meeting the 50% requirement. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservation" 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 Denver Service Center and contracting activities throughout the National Park Service. 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. DISCIPLINES A. Required Disciplines: 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: Core Team Disciplines • Architects, • Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, • Civil Engineering, • Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, • Electrical Engineering, • Fire Protection Engineering, • Landscape Architects • Lighting Design, • Mechanical Engineering, • Permitting Specialist • Professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), • Structural Engineering, B. Additional disciplines which may be required for some projects include professionals registered (where applicable) or who specialize in the following disciplines: • Acoustic Engineering, • Building Envelope/Roofing/Water Proofing • Certified Commissioning Professional, • Certified Value Analysis Advisor Specialist, • Coastal Engineering/Marine Engineering, • Construction Engineering • Construction Management and Inspection • Cultural and Natural Resources, • Energy Modeling, • Exhibit/Media Design/Programmatic Accessibility, • Geotechnical Engineering • Hazmat Expert • IT Specialist • Industrial Hygienist • Interior Design • LEED Accredited Professional • Land and Hydrographic Surveying, • NEPA Expert • Renewable Energy Systems Engineering • Section 106 Compliance, • Physical Security Specialist, • Seismic Engineer, • Sustainable Technologies Specialists, • Transportation and Traffic Engineering, • Way Finding and Signage • Wetlands, and Wildlife biology. 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. II. TYPES OF PROJECTS Projects may include but are not limited to • compliance and permitting (including environmental, construction, NEPA, and Section 106), • drainage and storm water management systems, floodplain delineations, • geotechnical evaluations and design, • structural evaluations, shoring • interpretive exhibits, • stabilization, preservation, rehabilitation of historic structures and projects in cultural landscapes • accessibility upgrades, • site planning, multi-use trails, • trail planning, • design support during construction, • design (including interior design) for historic/modern-day structures, museums, curatorial facilities, administrative facilities, maintenance facilities, fire management support facilities, • revetment and/or seawalls, • security improvements, • demolition, • electrical systems (including high and low voltage), • fire protection systems, • mechanical systems, • seismic retrofits, • small scale and renewable energy systems, • surveying (including 3d scanning, boundary, hydrographic, and land), • total building commissioning, • traffic and transportation systems/facilities, • water and wastewater systems, • multi- and single family housing, • comfort stations, • campgrounds, • roads and parking, • vehicular and pedestrian bridges, • marine and coastal facilities, • memorials. • III. PRIMARY SERVICES REQUIRED For the purpose of this contract, the services to be provided will be primarily: A. Pre-Design Services: https://www.nps.gov/dscw/dbbpredesign.htm, https://www.nps.gov/dscw/dbbschematic.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. Section 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 Survey D. Cost Estimating, including Life Cycle Costing and Total Cost of Ownership E. Permitting (i.e. Environmental water treatment systems permits, wetlands removal-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. Design Support Services During Construction (action submittal review, request for information review, coordination of sustainability requirements, and office and/or on-site services) H. 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. IV. 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. V. 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: 1. Coordination of drawings and specifications within each discipline, and between all disciplines. 2. Verification that all documents to be submitted are accurate and correct. 3. Checklists for internal review of drawings, specifications, calculations, and cost estimates. 4. Verification, prior to submittal to the National Park Service, that all required documents for each submission are included and complete, per the contract requirements. 5. 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. 6. 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. VI. 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. 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. 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. IX. 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/. X. TECHNICAL EVALUATION CRITERIA Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following criteria, listed in descending order of importance: In accordance with FAR Clause 52.219-1 Limitations on Subcontracting, 50% of contract performance incurred for personnel shall be expended for employees of small business concerns. When responding to the Technical Evaluation Criteria, demonstrate how this limitation will be met. A. TEAM CAPABILITY: Demonstrate experience of the prime firm, the prime firm's key personnel performing the work, the proposed team of consultants and key personnel, and the prime firm and consultant team's experience working together as a coordinated full range multidisciplinary team. 1. Demonstrate the team's ability to address the following: a. Balance of aesthetics, cost, constructability, sustainability applications/techniques including overall operation and maintenance requirements. b. Communicate, coordinate, and facilitate work expeditiously, to participate in related meetings and readily integrate into a multi-disciplinary design team. c. Respond to expanded or multiple task orders within the primary and secondary geographic locations in this requirement, on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. d. Work with multiple entities including Federal, State, and local agencies and other stakeholders. e. Professional licensure/certification for the states within the Intermountain Region. 2. ORGANIZATION CHART: Provide an organization chart of the team defined in Required Disciplines, Section I.A above. The organization chart shall include the names of the key personnel, firms, disciplines, and roles of key personnel. It is not necessary to identify proposed team members for those Additional Disciplines identified in Section I.B above. 3. TEAM MATRIX: Provide a matrix that describes how the team will meet the disciplines described in Section I.A and I.B, above. B. TEAM PROJECT PERFORMANCE: Demonstrate ability to provide quality products and services, experience, and technical competence in the type of work required under this contract as described in Section II, above. Provide the following on five projects completed within the last five (5) years with at least one project being in construction at this time. 1. The project title and project Owner's reference (name, phone number, and email). The reference shall be someone who was substantially involved with the project and can provide a complete, objective assessment of your team's performance. 2. Describe how the project: a. met sustainable design requirements, met owner's requirements b. minimized total cost of facility ownership, c. met project budgets; provide A-E Class A Independent Government Estimate amount, initial contract cost, and final cost at construction completion. d. addressed natural and/or cultural resource compliance e. required coordination with exhibit and interpretive designers, f. met universally accessible design requirements, g. responded to the climatic region similar to the Intermountain Region. h. Include information on how the team successfully fulfilled project permits on time in conjunction with final construction drawings. i. met other design requirement relevant to this RFQ not listed here. 3. Identify which team members and consultants were directly involved with the project. 4. For each project submitted, complete Sections A and B only of the attached Past Performance Questionnaire. Forward the Questionnaire with Sections A and B completed to the Owner's reference identified above. Direct them to complete and submit the survey to the address and point of contact by the due date in Section E of the Questionnaire. 5. Submit the narrative information requested in Paragraph B. above including copies of the questionnaire that you forwarded to your references with their point of contact information with your submittal in response to this notice. 6. Submit a narrative disclosing any instances of past performance that may be considered less than fully satisfactory. Describe pertinent facts, circumstances and any remedial action taken or to be taken to correct the deficiency. Failure to disclose such instances could result in an unfavorable assessment of the offeror's past performance record. 7. Note: Past performance on contracts with the Federal Government, other public agencies, or private organizations may also be considered. All submitted references may not be contacted. Sources other than submitted references may be contacted. C. QUALITY CONTROL: Demonstrate the quality and effectiveness of the firm's work and quality review and assurance procedures for both prime and subconsultant work. Include examples of Quality Control process records demonstrating effectiveness of firm's procedures 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 (Part I) C. A completed Standard Form 330 Part II for each firm (prime and subconsultants). D. As requested in paragraph X above: 1. 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 2. Team Matrix 3. Narratives for 5 projects completed within the last 5 years with at least 1 under construction, addressing all items in Paragraph X.B. above. 4. Past performance questionnaires with Sections A and B completed Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described in SF 330. Additional information shall 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 corresponds to 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. Submit your qualification to the following address so as to insure it arrives by no later than 3:00 p.m. Denver Time, October 25, 2018 as follows: If via Courier Service: National Park Service (DSC) Contracting Services ATTN: Marlene Haussler 12795 West Alameda Parkway Lakewood, CO 80228 If via U.S. Postal Service: National Park Service (DSC) 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 to marlene_haussler@contractor.nps.gov. This is not a Request for Proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0124/listing.html)
- Place of Performance
- Address: 12795 West Alameda Pkwy, Lakewood, Colorado, 80228-2838, United States
- Zip Code: 80228-2838
- Zip Code: 80228-2838
- Record
- SN05104898-W 20180927/180925231338-3c2db5601673ad36f2bf075fb8b6269a (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 |