Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1997 PSA#1994

National Park Service, Denver Service Center, P.O. Box 25287 DSC-CA, Denver, CO 80225-0287

C -- DESIGN AND CONSTRUCTION (DESIGN/BUILD) CONTRACT TO RELOCATE CAPE HATTERAS LIGHT STATION, CAPE HATTERAS NATIONAL SEASHORE, DADE COUNTY, NORTH CAROLINA, CAHA-175. SOL 1443RP501098902 DUE 012897 POC Construction Contracts, 303/969-2113 E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. The National Park Service, Denver Service Center, anticipates award of a firm-fixed price design-build contract based upon a two- phase selection procedure. This notice represents solicitation of qualification statements as Phase One of the two-phased selection approach. The scope of work includes relocation of the light station 2,900 feet southwest of the current location and constructing new foundations. The light station relocation includes the following four primary structures and other associated structures: (1) Lighthouse -- a 200-foot-tall masonry structure, estimated to weigh 2,800 tons; (2) Double keeper's quarters -- a two-story wood-frame building; (3) Principal keeper's quarters -- a two-story masonry building; (4) Oil house -- a single-story masonry building; and (5) Three masonry rain water cisterns and a granite block fence footing that surrounds the lighthouse. The estimated price range is between $5,000,000 to $10,000,000, including all design and construction services, with the construction portion to be completed by October 1999. The contract provides for design development documents, construction documents, construction of new foundations, and relocation of the structures. A portion of the funding is available in fiscal year 1998, with the remainder contingent upon Congressional appropriations in fiscal year 1999. The design development and construction document portion will comprise the base contract award, with the construction to be awarded as an option. The design is expected to be complete in the form of final construction documents by October 1998 with award of the construction option by November 1998, contingent upon fund availability. Design submittals will be required at approximately 35%, 60%, 90%, and 100% design stages, and as-built drawings. All design-build firms responding to this notice will be given 30 days to provide qualifications for evaluation based upon the following criteria in descending order of importance: (1) Specialized and recent experience with projects of similar type and nature; (2) Demonstrated professional expertise and technical competence; (3) Past performance and work quality; (4) Ability to provide a multi- disciplinary work force; and (5) Understanding of historic preservation requirements. This criteria shall be utilized in lieu of the criteria listed under CBD Numbered Note 24. Design-build firms/teams which meet the requirements of this announcement are invited to submit an original only of Standard Forms 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 254's and 255's are formatted for architect-engineer and related services. The construction element of the firm/team shall also be addressed on the SF 254 and 255. Only responses received by 3:45 p.m. local time on January 28, 1998, will be evaluated further. No more than three of the most highly qualified design-build firms will be short- listed to participate in Phase Two of this design-build selection process. A preproposal conference will be held on or about February 26, 1998, after the RFP has been issued to answer offerors inquiries. In Phase Two, those firms short-listed will be sent a Request for Proposal (RFP) which will outline the remainder of the process and contain design criteria from which the design-build firm will complete the design process to a point where a firm-fixed price can be submitted in Phase Two. Each offeror will be required to submit both a technical and price proposal within 60 days after receipt of the RFP based upon evaluation factors identified in the RFP. A stipulated fee of $26,000 will be awarded to each offeror which provides a responsive, but unsuccessful initial proposal under Phase Two of this selection process. Award of a single contract will be made to the "best value" offeror by approximately June 1998. Debriefings will be made available after contract award. Because this acquisition could result in an award over $1,000,000, a subcontracting plan will be required by the selected firm, if the firm is a large business concern. Point of contact for inquiries and clarifications is Judy Hauser, Contracting Officer, National Park Service, Denver Service Center, 12795 W. Alameda Parkway, P.O. Box 25287, Denver, CO 80225, telephone number (303) 969-2113. No collect calls will be accepted. No telephone calls for solicitations will be accepted. (0346)

Loren Data Corp. http://www.ld.com (SYN# 0020 19971217\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page