COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES, NATIONAL PARK SERVICE, LAKE MEAD NRA
- Notice Date
- February 7, 2001
- Contracting Office
- National Park Service, 601 Nevada Highway, Attn: Contracting Office, Boulder City, NV 89005-2426
- ZIP Code
- 89005-2426
- Solicitation Number
- I-8360001028
- Response Due
- March 5, 2003
- Point of Contact
- Etcel (Henry) Gause, 702-293-8909
- E-Mail Address
- Etcel H Gause@nps.gov (Etcel H Gause@nps.gov)
- Description
- The National Park Service (NPS) Lake Mead National Recreation Area, 601 Nevada Highway, Boulder City, NV 89005-2426, is seeking a qualified firm(s) or organization to provide Multi-Disciplinary Architect-Engineer Services for a variety of projects at locations throughout Lake Mead National Recreation Area located in southern Nevada, and North Eastern Arizona, Clark County, Nevada, and Mohave County, Arizona. Headquarters are approximately 25 miles East of Las Vegas, NV. TYPES OF PROJECTS: Projects may include but are not limited to new and existing facilities such as visitor/interpretive centers, administrative facilities, maintenance facilitiess, single and multi-family housing, cultural landscapes, roads, parking areas, trails, and campgrounds. Additions to existing facilities, as well as construction design for launch ramps, water treatment facilities etc. 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 task orders. The maximum ordering limitations will be $1,000,000.00 per year. The annual guaranteed mimimum is $10,000.00. PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarilly pre-design, design, supplemental, and construction management. Services in these categories may include the preparation of conceptual, schematic, and preliminary design documents as well as construction documents for new construction and/or rehabilitation of facilities. This may involve project scoping and programming; land use planning; site planning/analysis; site design; cultural landscape inventories, cultural landscape reports; environmental assessments; design analysis, energy and life cycle/value analysis; outline specifications; preliminary and detailed costs estimates; preparation of plans and specifications for bidding purposes; value engineering, and other associated design services. Construction Management services include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. REQUIRED DISCIPLINES: Mechanical, Electrical, Civil, and Structural design/engineering and documentation services; architectural design/documentation services; and landscape design/documentation services. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria in order of importance: 1) professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; 2) specialized experience and technical competence in type of work required under the contract; 3) specific past performance records on previous architect/engineering work performed for federal, state, and local government agencies, and private industry documenting the quality of the firm's work and the firm's history of meeting performance schedules and budgets; 4) capacity to accomplish the work on time including specific type and amount of applicable field and office equipment available for work under this contract; 5) location in the general geographical area of the project and knowledge of the locality of the project. When responding to this announcement firms should fully address their capability, capacity and qualificaltions with regardd to each of the foregoing evaluation factors. The top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. SUBCONTRACTING PLAN REQUIREMENT -- In accordance with Public Law 97-507, the A-E firm will be required to provide the maximum practicable opportunites for small, small disadvantaged, and women-owned businesses. The selected firm must be a very small business as recognized under note 28 at the end of this desciption. The selected firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 15% of the contractor's intended subcontract amount be placed with small business (SB), 5% shall be placed with women-owned business, and 5% be placed with small disadvantaged Businesses. The subcontracting plan is not required with this submittal, however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 and other PERTINENT information. SF 254/255's must also be submitted for subconsultants. Clearly, specifically, and concisely address the evaluation critera when completing the forms. Offerors are requested to submit one original of their submittal. Other marketing information such as booklets, pamplets and brochures is neither requested or desired. Submittals must be recieived in the contractin office by no later than close of business 30 days after issuance. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. This announcement is not a Request for Proposal. For further informlation regarding rthis proposed acquisition, telephone Etcel (Henry) Gause, at 702-293-8909. Reference Numbered Note 28
- Record
- Loren Data Corp. 20010209/CSOL005.HTM (W-038 SN50D090)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|