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, 2018 FBO #6225
SOURCES SOUGHT

C -- IMR IDIQ AE Services

Notice Date
12/7/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
NPS, IMR - Northern Rockies MABO<br />PO Box 168<br />Mammoth Supply Center / 22 Stable St<br />Yellowstone NP<br />WY<br />82190<br />US<br />
 
ZIP Code
82190
 
Solicitation Number
140P1419R0012
 
Response Due
12/31/2018
 
Archive Date
6/1/2019
 
Point of Contact
Hauch, Martin
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), Intermountain Region (IMR) is seeking professional, Architectural and Engineering (A&E) services to be provided under an indefinite delivery, indefinite quantity (IDIQ) contract. The purpose of this notice is to identify small business, multi-disciplinary, A&E firms that have the capability of performing as the lead firm in various A&E projects across the NPS intermountain region. This notice constitutes a sources sought for the purposes of market research only. Response to this notice is strictly voluntary. This notice does not constitute a request for proposal and is not an offer to negotiate. Respondents will not be compensated and all information becomes property of the Government upon submission. The Government anticipates conducting a competitive acquisition for this requirement. Analysis of the quantity and quality of responses received will be used to determine potential small business set-asides. NAICS Code The NAICS Code for this requirement is 541330 with a corresponding size standard of $15 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. Limitations on Subcontracting: In accordance with Federal Acquisition Regulation 52.219-14, at least 50% of the cost of contract performance shall be performed by employees of the small business concern. The 50% limitation will be based on the total amount paid to all small business concerns to include amounts paid to small business subcontractors. Desired Contractor Qualifications The lead firms selected for contract award will be predominately engineering firms specializing in engineering services with in-house and/or sub-contracted multi-disciplinary engineering support. Primary Disciplines: Required disciplines include, but are not limited to, professionals registered as Civil Engineers, Traffic Engineers, and Environmental/Sanitary Engineers. Sub-consultant disciplines, which may be required for some projects include professionals registered in structural, electrical, roads, mechanical, hydrologic, fire/safety, and process/instrumentation engineering; surveyors; geotechnical engineering; architecture; landscape architecture; construction management and inspection, commissioning, and cost control/estimating. Environmental and hazardous materials assessment personnel may coincide with other professionals previously listed and also may include subject matter experts in the resources affected by the action. Other services, e.g. AutoCAD drafting, word processing, professional registered architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Construction Engineering, Construction Management and Inspection, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Electrical Engineering/Licensed Electrical Administrator, Facility Condition Assessment Specialists, Fire Protection Engineering, Geotechnical Engineering, Land Surveying, Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil), Interior Design, LEED Accredited Professional, Lighting Design, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists. Secondary Disciplines: Additional disciplines which may be requested for some projects include registered, certified, or professionals qualified in the following areas: Acoustics, Air quality, Anthropology, Archeology, Architectural Barriers Act Accessibility Standards (ABAAS), Cultural and Natural Resources, Architectural Conservation, Botany, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Safety, Construction QA Inspections, Economists and Socioeconomists, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Historic Architecture, Historic Landscape Architecture, Industrial Hygiene, Interpretation, Land and Hydrographic Surveying, Landscape History, Marine Engineering, NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Transportation and Traffic Engineering, Audio/Visual quality, Waterproofing, Wetlands, and Wildlife biology Other disciplines not listed but required for completion of a specific task associated with a specific project may be added by modification. Contract Specifics All services will be provided as task orders under an IDIQ contract. The base contract period will be for a single 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 is anticipated to 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. The anticipated guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $2,000.00. Performance Locations: The primary coverage area will consist of locations across the intermountain region to include areas of national significance at locations throughout the states of Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Oklahoma and Texas. The Government anticipates the use of geographical coverage clusters comprising of specific sub regions. Exact sub regions will be defined after reviewing capabilities responses and prior to issuance of the solicitation. Offerors will have the capability to offer on one, many, or all of the geographical coverage clusters (see attached cluster map). Sources Sought Submission Requirements In order to be considered a viable source, firms responding to this notice must submit a narrative, not exceeding 10 pages, addressing and demonstrating the following: Identification of company information: Please provide DUNS and small business status, to include other socioeconomic business classifications under NAICS 541330. Capabilities statement to include demonstration that you possess or are able to possess within 30 days of being notified of most highly qualified status, professional qualifications of the required disciplines including individual professional licenses, certification, etc. for those states listed in the primary area of coverage. Please provide specific information regarding those states in which your company is licensed to operate. Demonstration of ability to perform work per FAR Clause 52.219-14 (ability to self-perform at least 50% of all work, including percentage and description of self-performed work over the previous five (5) years). Describe specifically how you intend on meeting the requirements for multiple task orders at various locations. Responses to this sources sought notice are due by 3:00 PM Mountain Time on December 31, 2018. Responses shall be submitted by email only with subject titled "Sources Sought A/E IDIQ - IMR Region.  Do not submit SF-330, Architect-Engineer Qualifications Email responses to the following email address: Nick Brazzale / nicholas_brazzale@nps.gov Martin Hauch / martin_hauch@nps.gov Other Requirements In order to do business with the Federal Government all firms must possess an active registration in the System for Award Management (SAM) at https://www.sam.gov. Attachments: 1) IMR Region Map NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1419R0012/listing.html)
 
Record
SN05169152-F 20181209/181207230015 (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.