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