Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#2439

National Park Service, Denver Service Center, P.O. Box 25287, Denver, Colorado 80225-0287

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR PLANNING, DESIGN AND COMPLIANCE SERVICES FOR PROJECTS IN GLACIER NATIONAL PARK SOL 1443-CX-2000-00-001 POC Point of Contact-Edward Tafoya, Contracting Officer, Phone 303 969-2116 E-MAIL: National Park Service, Denver Service Center, contracts_dsc@nps.gov. The National Park Service, Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80225 seeks a qualified firm(s), or group(s) with international expertise in planning, design and construction, to perform an indefinite quantity contract for projects relating to the Going-to-the-Sun Road in Glacier National Park. A field reconnaissance has been scheduled in Glacier National Park on October 7, 1999 to assist potential firms in understanding the scope of work. The meeting will start at 8:30am in the community center in West Glacier, Montana. 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 selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each awarded shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, past performance, quality of deliverables, timeliness, or other factors that the Contracting Officer, in the exercise of sound business judgement, believes are relevant to the placement of orders. The selected team shall be predominately a firm specializing in planning, road engineering, socio-economic analysis, and resources evaluation: Disciplines or consultants include planning (land-use, transportation, interpretive, etc); natural resources (biology, hydrology, geology botany, etc.); socio-economic (regional and community economic modeling, visitor use etc.); and cultural resources (history, archeology, anthropology, etc.); graphics (freehand and graphic software programs including CorelDraw, Adobe Illustrator, Adobe PhotoShop, Micro Station); geographic information systems (GIS), and writer/editor (Microsoft Word). The firm(s) should also have experience in designing and using interactive web pages and other forms of public participation. 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 and/or NPS professionals. The A/E will need to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. In addition the firm(s) will be working with the citizens advisory committee for the Going-to- the-Sun Road. All work will be guided by NPS policies and directives. Projects may include but are not limited to: A. Park planning and road engineering studies, or their components, transportation studies, construction management and logistics, visitor capacity studies, social economic studies, special studies; resource studies and socio-economic studies and mitigation. B. Preparation of environmental documents (i.e. notice of intent, categorical exclusions, environmental assessments, environmental impact statements and Federal and state permits) and various sections thereof, to meet laws, executive orders, regulations, and guidelines as appropriate. C. Preparation of supporting documentation for decision-making, ethnography, including tribal consultation, cultural landscape reports and other natural and cultural resource studies. D. Public involvement and coordination with The Going-to-the-Sun Road citizens advisory committee, local communities and groups (i.e. facilitation of workshops, newsletters, workbooks, interactive web pages, and public display graphics). The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms: 1. Professional qualifications (education and applicable national and international work experience of the firm(s) and their staff proposed for the performance of the desired services as described above. 2. Specialized and recent experience and technical expertise in mountainous road reconstruction through sensitive cultural, natural, and scenic areas. 3. Capacity to schedule projects and accomplish projects on time and within budget.4. The ability to communicate verbally, in writing and in person with the public and Glacier National Park staff. 5. Familiarity with the use of Geographic Information Systems, Micro Station as well as demonstrated ability to provide graphic and visual simulation technology. The term of each contact shall be one year with four one-year options. Each A/E prime awarded a contract is guaranteed a minimum of $50,000 during the life of the contract. The total of all work per year will not exceed $1,000,000 and each task order will not exceed $500,000. This procurement is open to small and large business and is subject to Public Law 100 656. The Business Opportunity Development Reform Act of 1988. The National Park Service supports the Department of the Interior's goals to increase small business participation in its contacting programs. The National Park Service strongly encourages the participation of small business firms including woman and minority owned and operated A/E firms and encourages large business firms to include small, women-owned, and disadvantaged business firms as part of their team. Large business firms selected for contract award will be required to submit a subcontracting plan which will separate percentage goals for using small business concerns, women-owned, and small disadvantaged business concerns as subcontractors. The subcontracting plan will need to establish goals for the base and all option years. The government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will be included in the contract. Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm and a Team Standard Form 255 in an original only. Submission of additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on Standard Forms 254/255. 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 manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents will be submitted. Responses must be received before 5:00 p.m., 30 calendar days from the date of this publication (first work day following a weekend or holiday) in order to be considered for selection. This is not a Request for Proposal. Posted 09/21/99 (D-SN382622). (0264)

Loren Data Corp. http://www.ld.com (SYN# 0022 19990923\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page