C--Nationwide A-E IDIQ
Nationwide AE IDIQ
Nationwide AE IDIQ
Data sourced from SAM.gov.
View Official Posting »
NOTE: Changes are denoted in Bold Text from the initial announcement. The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado 80225, is requesting pr... NOTE: Changes are denoted in Bold Text from the initial announcement. The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado 80225, is requesting professional qualifications (SF-330's) from qualified firms to provide general engineering and supporting services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for a variety of projects within areas of national significance at locations throughout the continental United States, including Alaska and Hawaii, its territories and possessions (Guam, Northern Marina Islands, Puerto Rico, U.S. Virgin Islands and American Samoa). All work performed for this requirement will be considered CONUS/OCONUS for purposes of this requirement and are not subject to international procurement regulations or exemptions therein. This acquisition is being procured in accordance with the Federal Acquisition Regulation (FAR) Part 36.6 - Architect-Engineer (A-E) under the Brooks Act Procedures. A-E firms meeting the requirements described in this announcement are invited to submit the documentation required in this notice. Firms responding to this announcement before the closing date will be considered for selection subject to any limitations indicated with respect to business size or any other limitations listed in this notice. The terms "firm" or "team" or "offeror" shall refer to the company or organization that is proposing on this contract. The "firm" or "team" will include the prime contractor, partners, subcontractors and joint ventures that are proposed to work on this contract. The proposed team shall have or be eligible to acquire professional licensing and certifications in any of the required disciplines in the required coverage area, as necessary, for the completion of Task Orders within 30 days of being notified of the most highly qualified status during the Task Order ordering process. This restriction is necessary to meet licensure and certification requirements in accordance with the Brooks Act as well as to avoid undue delay in meeting agency requirements as they arise while taking into consideration concerns for human health and safety. As such, firms must demonstratie that they are or are capable of being or are eligible to be licensed or certified in any primary areas of coverage and in any of the required disciplines within 30 days of being notified of most highly qualified status during the Task Order ordering process. All firms shall be certified in the Online Representations and Certifications (ORCA) found at the System for Award Management (SAM) https://www.sam.gov/SAM/ before submitting their SF-330. The firm selected for contract award will be engineering firm(s), with in-house and/or subcontracted multi-disciplinary architectural and engineering support. The majority of services to be performed under this contract(s) will generally be engineering in nature. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservation" and the related "Secretary of the Interior's Standards for the Treatment of Historic Properties", and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the Treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles (including energy efficiencies and design resiliency for future storm impacts) must be demonstrated. The Government may elect to award multiple task order contracts to four 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 selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use factors such as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, customer service, and other factors (i.e. knowledge of local construction methodologies and practices, natural and cultural resource compliance, permitting, capability to utilize scheduling programs and/or software, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. With prior approval of the Contracting Officer assigned responsibility for administration of the contract(s), any duly authorized Contracting Officer assigned to the National Park Service can place task orders, approve payments and authorize modifications to task orders issued under the contract. SET ASIDE STATUS: This procurement is being solicited as Full and Open Competition. The NAICS Code for these services is 541330 - Engineering Services and the SBA size standard is $15.0 million. A separate announcement is also being provided for Small Business Concerns (please see Solicitation Number 140P2019R0107). TYPES OF PROJECTS: Projects may include, but are not limited to include planning, development of design and construction plans, construction specifications and construction cost estimates, operation and maintenance plans, and construction observation, as well as research, evaluation, analysis, strategic planning, inventory and monitoring, compliance and permitting (including environmental, construction, National Environmental Policy Act (NEPA), and National Historic Preservation Act (NHPA) - Section 106) for the following types of projects: • Buildings and Structures • Compliance and/or Construction Permitting • Dam, Levee and Canals Safety Assessments and Engineering • Drainage and Storm Water Management Systems • Electrical Systems • Environmental Engineering • Fire Protection Engineering • Flood Risk Assessments - Protection and Delineation • Geotechnical Engineering and Analysis • Historic Structures • Historic and Cultural Landscapes • Life Safety • Marine and Coastal Facilities • Mechanical Systems • Memorials • Revegetation, Planting Plans and/or Landscape Improvements • Security and Data Systems • Seismic Engineering • Site Development • Transportation Engineering including safety and congestion management • Transportation Facilities, including roads and bridges • Trail systems • Traffic Systems • Water and Wastewater Systems and Facilities Additional tasks may include but are not limited to: Participation in community/stakeholder workshops, open houses or planning efforts, assistance in the preparation of environmental compliance analysis and documents, including Environmental Assessment's (EA) and Environmental Impact Statement's (EIS); preparation of complex sensitive, environmentally sustainable planning and plans, specifications and estimates; facilitating and preparing value engineering studies and/or value analysis/choosing by advantages (VA/CBA) studies to evaluate proposed design solutions. While the majority of projects for the National Park Service are not classified, some projects may include classified information that shall require the firm to have the required security clearances that meet the required classification level for that project. Requirements for Security clearances will be determined at the Task Order level. Firms must have an active security clearance in order to be eligible for award of such task orders. REQUIRED DISCIPLINES: Required disciplines include, but are not limited to, registered professional engineers in the following areas: civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary and structural. Additional disciplines which may be required infrequently for some projects include registered or certified professionals in the following areas: These disciplines are not required to be included in the initial proposal, but firms must acknowledge their willingness to seek out these disciplines as needed and negotiate fair and reasonable rates post-award. • Audio/Visual Design • Acoustic Design • Archeology • Anthropology • Architectural Barriers Act Accessibility Standards (ABAAS) Specialist • Architecture (Contemporary, Historic, and residential housing) • Architectural Conservation • Botany and/or Landscape Ecology • Coastal Engineering • Commissioning • Construction Administration and Management • Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing • Cultural and Natural Resources Specialist (NEPA & Section 106 Compliance Specialist) • Economists and Socio-economists • Energy Modeling and Analysis • Environmental Compliance and Planning • Environmental Science • Facility Condition Assessment Specialists • Geology • Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil) • Hydrology • Industrial Hygiene • Interior Design • Interpretation and Exhibit/Media Design • Inspection and Hydraulic Structures Risk Estimation and Assessment • Landscape Architecture (Contemporary and Historic) • Land and Hydrographic Surveying • LEED Accredited Professional • Lighting Design (Including Dark Sky Compliance) • Planning • Programmatic Accessibility (Section 504 & 508) • Marine Engineering • Recreation Planning and Design • Supervisory Control and Data Acquisition (SCADA) • Security and Access Control Engineering • Seismic Engineering • Small Scale and Renewable Energy Systems Engineering • Sustainable Technologies Specialists • Telecommunications Specialist • Telemetry • Theatrical Design (including Stage Rigging System Design) • Transportation and Traffic Engineering • Value Analysis and Specialists • Wetland Specialist • Wildlife biology Required services, e.g., AutoCAD drafting and 3D modeling, Building Information Modeling, Revit, Microstation, GIS, Microsoft Office applications, Project Scheduling Software, Adobe Acrobat, etc. may be required in the performance of specific task order requirements. Incidental services, including removal of building finishes, mock up, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. CONTRACT PERIOD: All services will be provided under an IDIQ contract. 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 limitation will be $30,000,000 for the life of each awarded contract. The $30,000,000 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $3,000,000. The guaranteed minimum for the life of the contract, which includes the base period and all options exercises is $30,000. SUSTAINABLE DESIGN: The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design and "green" building systems. Firms shall validate their sustainable abilities and practices through completed LEED certified construction projects and green building awards and have LEED accredited professionals on staff as part of the firm. Sustainability related executive orders, laws, regulations, best practices, and some recommended products may be found at http://www.nps.gov/dscw/ds-sustainability.htm. UNIVERSAL DESIGN AND ACCESSIBILITY: The National Park Service is dedicated to making projects universally designed and seamlessly accessible to visitors and staff with disabilities. All planning, design and construction projects shall meet and exceed the requirements of the Architectural Barriers Act Accessibility Standards (ABAAS), Section 504 (program access) and Section 508 (electronic and information technology access) of the Rehabilitation Act of 1973. The 2006 NPS Management Policies require that projects exceed these federal requirements and apply the tents of universal design to provide usable and inclusive experience for all. To meet the requirements of Executive Order 13548, "Increasing Federal Employment of Individuals with Disabilities", NPS assures visitor use areas and employee areas are accessible and provide the connectivity to all amenities so that employees with disabilities can fully participate in all programs. Universal Design and Accessibility laws, regulations, checklists, best practices, training modules, standard drawings and specifications may be found at: https://www.nps.gov/dscw/definitionsdc_u.htm#ufas and http://www.nps.gov/dscw/ds-universal-design.htm. CULTURAL RESOURCES PROTECTION: "The National Park Service will protect, preserve, and foster appreciation of the cultural resources in its custody and demonstrate its respect for the peoples traditionally associated with those resources through appropriate programs of research, planning, and stewardship." (From the preamble to Part 5 of NPS Management Policies.) Design work under the contract will involve rehabilitation, alteration, addition or improvement of sites and structures containing natural and cultural resources. Historic properties may encompass landscapes, structures, landmarks, and buried resources, requiring accepted treatment approaches reflecting NPS stewardship principles and assuring the longevity of the property. Firms will be required to successfully identify and address resource values and issues, and effectively apply both the Secretary of the Interior's (SOI) Standards and NPS Cultural Resource Management Policies (Directors Order #28). Design interventions must align with stewardship principles acceptable to NPS. Design must not jeopardize the historical or archeological integrity of a property or site. Decisions or actions that would directly result in degradation or loss of historic character or fabric to the resource must be avoided. Sustainable design must be a viable response to the resource protection goals of a property, favoring sensitive and conservative treatments that are commensurate with established preservation guidelines. A finding of no adverse effect for National Historic Preservation Act (NHPA)/Section 106 compliance purposes is the ultimate goal. Designs are informed by contextual awareness with solutions derived from park tradition, existing development, and both local and global environmental factors. Preservation proposals will demonstrate the ethic and philosophy of the Secretary of the Interior's (SOI) Standards for preservation and protection of cultural resources, including: The Treatment of Historic Properties, Guidelines for Cultural Landscape Treatments, and Guidelines for Archeology and Historic Preservation. Ability and skill in adhering to the four SOI treatment categories: Preservation, Rehabilitation, Restoration and Reconstruction, is expected. Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation (48 Federal Register (FR) 44716-740) and Standards and Guidelines for Federal Agency Historic Preservation Programs pursuant to the National Historic Preservation Act (63 FR 20495-508). EXECUTIVE ORDERS, LAWS AND REGULATIONS: Comply with Design Imperatives at http://www.nps.gov/dscw/laws-policies.htm plus all applicable Executive Orders, laws and regulations. PRIMARY SERVICES REQUIRED: Design services follow DSC workflows, which can be viewed at http://www.nps.gov/dsc/workflows/index.htm. Pre-Design Services: • Project Scoping • Exhibit planning/interpretation • Wayside exhibits and signage • Total life cost modeling • Condition Assessment • Programming (Site Analysis, Site Program, and Facility Program) • Contextual Analysis • Integrated Design Narrative, including Universal Design recommendations • Commissioning, including total building commissioning beginning as early as pre-design and continuing throughout design and construction. • Risk Assessment • Cost Estimate Supplemental Services • Surveys to include but not limited to topographic, bathymetric, environmental, compliance, etc. • Utility Investigations • Geotechnical Investigations • Environmental Site Assessments • Condition assessment • Traffic Studies and modeling • Human and Ecological Risk Assessments • Destructive/Non Destructive Testing and/or Mock Up • Energy Studies • Hazardous Materials Studies • Other Types of Engineering Investigations, testing and/or analysis, computer modeling (hydraulics, coastal, etc.) • NEPA Compliance • Section 106 and NHPA Compliance • ABAAS, Section 504 and Section 508 Compliance • Other Environmental Compliance (i.e. fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations) • Cost Estimating including Life Cycle Costing and Total Cost of Ownership • Permitting (i.e. resource, construction and operating) • Construction Administration • Project Scheduling • Risk Analysis Design Services: • Designs to include but not limited to schematic, exhibit, etc. • Value Analysis and Value Based Decision Making • Design Development • Construction Documents • Construction Support (including site inspections) • Sustainability/LEED documentation A documented internal Quality Control program shall be applied to all services performed. The contractor accepts ultimate responsibility, liability and duty to control the quality of the services provided to the Government as stipulated in the FAR, 36.609-2. The contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the contractor, their employees, agents, assignees, and sub-consultants under the contract. The contractor shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications and other services. The firm shall demonstrate existence of Quality Control (QC) system that will be used for all work submitted to the National Park Service. The QC system shall be utilized by the prime firm and all subcontractors and shall, at a minimum, include the following: • Coordination of drawings and specifications within each discipline, and between all disciplines. • Verification that all documents to be submitted are accurate and correct. • Checklists for internal review of drawings, specifications, calculations, and cost estimates. • Verification, prior to submittal to the National Park Service, that all required documents for each submission are included and complete, per the contract requirements. • Verification that all required documents have undergone a QC review prior to submittal to the National Park Service. The National Park Service requires documentation and submittal of all QC work completed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at http://www.nps.gov/dscw/information.htm. COORDINATION 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 sub-consultants. The firm will need to have direct contact with Federal, State, or local regulatory agencies to assure compliance with regulations, codes and policies. SPECIALIZED SERVICES In the course of doing business with firms under contract with the Denver Service Center, the DSC occasionally needs to obtain specialized services from sub-consultants under the prime contract. In these instances, the majority of the work may be performed solely by the sub-consultant with little involvement of the prime firm. Even though the work is performed primarily by the sub-consultant, DSC will ensure that the prime firm is involved in all discussions and all correspondence is routed through the prime firm. The effect of "pass throughs" on the overall ceiling for orders placed against an IDIQ contract has been considered in establishing the maximum contract amount for the solicitation and resultant contract(s). Potential firms submitting statements of qualification are advised that the DSC will continue to acquire such specialized services. The DSC does not intend to allow the firm to charge an indirect post-award administration fee to the sub-consultant's services. TECHNICAL EVALUATION CRITERIA: Statements of qualification will be evaluated by an evaluation team of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: 1. Specialized Experience and Technical Competence Firms shall demonstrate specialized experience and technical competence in the types of work described above, including work produced at a level commensurate with similar projects and scope with various degrees of complexity. Project scopes include, but are not limited to, preparation of plans, specification, cost estimates, schedules, supplemental reports, graphics, etc. for each project. Similar project examples that represent a majority of the work that task orders may be issued against any resultant contract include the following: • Renovation/new roadways, transportation corridors, parking lots, and bridges. Projects include all utilities, site improvements, and vehicular/ accessible pedestrian connections. • Replacement/new utility systems, such as wastewater, electrical, water and water treatment, heating/cooling, telecom, wells, and distribution systems. Projects include all site improvements, building repairs, vehicular and accessible pedestrian connections. • Rehabilitation/renovation or construction of new buildings (Visitor Centers, Comfort Stations, Bathhouses, Museums, Lighthouses, Housing, Administration and miscellaneous Park structures). Projects include all utilities, site improvements, vehicular and accessible pedestrian connections and revegetation. Rehabilitation/renovation projects will often include historic structures. • Rehabilitation/renovation of historical battlefields and landscapes. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation. • Rehabilitation/renovation/new trail and corridor design. Projects include all utilities, site improvements, vehicular and accessible pedestrian connections, and revegetation. • Rehabilitation/renovation/new seawalls, canals, breakwater systems, board walks, Marinas, wharfs, and associated aquatic structures. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation. • Restore/rehabilitate, stabilize and create riverbanks, wetlands, riparian corridors, and coastal environments. • Rehabilitation/create new cave trails entrances, and all associated needs for cave projects. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation. • Renovation/new campgrounds and associated structures. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation. A list of projects intended to be ordered off a resultant contract has been attached to this announcement. These are the projects known to date. More projects will be added as budgets are approved for this fiscal year and future fiscal years. 2. Professional Qualifications Firms shall possess professional qualifications necessary for satisfactory performance of required similar services similar in nature to those required as part of this requirement. Information shall be provided to demonstrate key personnel and other disciplines required for contract performance including professional registrations, advanced degrees and recognized designations of industry professional organizations. Provide an organizational chart including the names of the key personnel, firms, disciplines, roles and responsibilities and technical expertise, and office location where work will be performed. Firm(s) shall provide a matrix clearly communicating which individuals and disciplines are included in the primary firm or partnership and the states in which the individuals hold a professional license or certification. 3. Capacity Firm(s) shall have the capacity to accomplish the work in the required time with sufficient resources. Firm(s) shall demonstrate their ability to respond to expanded or multiple task orders on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. The firm shall demonstrate their ability, and any subcontractors or partners ability, to provide engineering services across the entire nation. Considerations will include the overall capacity of the prime and any subcontractors or partners to perform the work in the required time; demonstrated ability to use quality control procedures and tools to ensure quality products, demonstrated ability to adhere to schedules and sufficient technical resources to undertake the potential and current workloads. Firm(s) shall include examples of Quality Control process records demonstrating effectiveness of firm's procedures. Evaluation will be based on the number of personnel available in the various technical disciplines, the quantity of existing work under contract, the schedules for completing the existing work and abilities to deliver quality products on a timely basis. 4. Knowledge of the Geographic Location Firm(s) shall provide evidence of their knowledge and experience working in various geographic areas across the nation. Evaluations will be based on the firm's knowledge of various locales climate, soils, topography, geologic and hydraulic conditions as well as local laws and regulations. 5. Past Performance The prime contractor and/or team members shall demonstrate successful performance on similar projects that are recent (within 5 years) and relevant. The prime contractor and/or team members shall demonstrate their experience in completing work of a similar nature as this requirement (to include scope, complexity and dollar value). The prime contractor and/or team members shall provide information to demonstrate how well the firm has performed on recent, relevant projects performed for any of the following entities: Governmental agencies (i.e. Federal or State) and/or private industry in terms of cost control, quality of work and compliance with performance schedules similar in nature to the work required as part of this announcement. Additional past performance information will be obtained through the Past Performance Information System database. Evaluation of this factor will be based on the past performance data from the projects presented in Section F of the SF 330 (provide references and current phone numbers). 6. Both large and small businesses shall be required to submit Small Business Participation Plans to identify the 43% required to be performed by small businesses for the life of this requirement. Large business primes may achieve the small business participation goals through subcontracting to small businesses. Small business primes may achieve small business participation goals through their own performance/participation as a prime and also through subcontracting to other small businesses. All Offerors, both large and small businesses, will be evaluated on the level of proposed participation of U.S. small businesses in the performance of this acquisition (as small business prime offerors or small business subcontractors) relative to the objectives and goals established in the paragraph entitled "Subcontracting Plan Requirement". The government will evaluate: a. The extent to which such firms are specifically identified in proposals. b. The extent of commitment to use such firms (and enforceable commitments will be considered more favorably than non-enforceable ones. Enforceable commitment is defined as a signed teaming agreement or other prime/subcontract between parties, contingent upon award); c. Identification of the complexity and variety of the work small firms are to perform. d. The extent of participation of small business prime offerors and small business subcontractors in terms of the percentage of the value of the total acquisition; or alternatively may consider the percentage of ‘planned subcontracting' dollars. e. The extent to which the Offeror meets or exceeds the goals outlined in the paragraph below entitled, "Subcontracting Plan Requirement". Additional Important Note for Other Than U.S. Small Businesses ONLY: Small Business Subcontracting Plan is Required (FAR 52.219-9). Separate from Small Business Subcontracting Plan, other than U.S. Small Business Offerors must also submit a subcontracting plan meeting the requirements of FAR 52.219-9. NOTE: Other than U.S. Small Businesses must submit acceptable subcontracting plans to be eligible for award. Subcontracting Plans shall reflect and be consistent with the commitments offered in the Small Business Participation Plan. SUBCONTRACTING PLAN REQUIREMENTS The subcontracting plan, which in accordance with Public Law 97-507, requires the contractor to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, 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 43% of the contractor's intended subcontract amount be placed with small businesses, 5% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, and 3% shall be placed with service-disabled veteran-owned small businesses, and 3% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, upon contract award is contingent upon negotiation of an acceptable subcontracting plan. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e. multiple awards). Following an evaluation of the qualifications submitted, at least three firm(s) that are considered to be the most highly qualified will be chosen for discussions in accordance with FAR 36.602-1(c). Upon conclusion of these discussions and final ranking of firms, the most highly qualified firm(s) will be selected for price negotiation and other terms and conditions in accordance with FAR 36.606. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management System (SAMS) to be considered for an award of a Federal contract. For information regarding registration contact the SAMS website at: https://www.samg.vo/portal/public/SAM/. SUBMISSION REQUIREMENTS Firms that fully meet the requirements described above in this announcement are invited to submit a Letter of Interest and the appropriate SF-330's. When submitting a SF-330 - Qualificatio...
Data sourced from SAM.gov.
View Official Posting »
SOURCES SOUGHT - MULTIPLI-DISCIPLINARY ARCHITECT ENGINEER DESIGN SERVICES IDIQ - NATIONWIDE GENERAL ENGINEERING IDIQ This is a Sources Sought Notice, not a Solicitation or Offer to Purchase. This anno... SOURCES SOUGHT - MULTIPLI-DISCIPLINARY ARCHITECT ENGINEER DESIGN SERVICES IDIQ - NATIONWIDE GENERAL ENGINEERING IDIQ This is a Sources Sought Notice, not a Solicitation or Offer to Purchase. This announcement is intended solely to investigate the breadth of the Small Business, General Engineering firm community and identify those Small Business Multi-Disciplinary General -Engineering Firms that have the capability of performing as the lead firm in various architect-engineer projects for the National Park Service. The NAICS Code for this requirement is 541330 with a corresponding size standard of $15.0 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 All firms should be certified in SAM https://www.sam.gov. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern • 8(a): In accordance with FAR clause 52.219-14, At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern • HUBZone: In accordance with FAR clause 52.219-3, at least 50% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. The National Park Service (NPS) Denver Service Center (DSC), 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential Small Business Sources for the following work: Multi-Disciplinary General Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the United States at NPS sites. Coverage is nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual professional state's licensure and registration requirements can be met. The NAICS Code for this requirement is 541330 with a corresponding size standard of $15.0 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. In order to do business with the Federal Government all firms must be certified in SAM https://www.sam.gov. SMALL BUSINESSES: The requirement in this Sources Sought inquiry is that for a firm to be in compliance with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance shall be performed by employees of the concern. The 50% limitation will be based on the total amount paid to all small business concerns. This includes amounts paid in subcontracting arrangements with other small businesses. All services will be provided under an Indefinite Quantity contract. 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 or not-to-exceed type task orders. The maximum ordering limitation will be $40,000,000.00 for the life of the contract. The $40,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $40,000.00. The lead firm(s) selected for contract award will be predominately engineering firms(s), with in-house and/or sub-contracted multi-disciplinary architecture, landscape architecture, and engineering firms support. The majority of services to be performed under this contract(s) will generally be engineering in nature. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation. TYPES OF PROJECTS Projects may include but are not limited to research, evaluation, analysis, strategic planning, inventory and monitoring, compliance and permitting (including environmental, construction, NEPA, and Section 106), drainage and storm water management systems, floodplain delineations, geotechnical evaluations and design, condition assessments, structural evaluations, interpretive exhibits, stabilization, preservation, rehabilitation of historic structures, accessibility upgrades, site planning, trail planning, design including interior design, cultural landscapes or design and design support during construction, design for historic/modern-day structures, museums, curatorial facilities, revetment and/or seawalls, shoring, security improvements, demolition, visitor/interpretive centers, administrative facilities, maintenance facilities, electrical systems (including high and low voltage), fire protection systems, mechanical systems, security systems, seismic retrofits, small scale and renewable energy systems, surveying (including boundary, hydrographic, and land), total building commissioning, traffic and transportation systems/facilities, water and wastewater systems, multi- and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, multi-use trails, marine and coastal facilities, and memorials. DISCIPLINES Majority of the work shall require the disciplines that includeprofessional registered engineers, architects, 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, Civil Engineering, Commissioning, 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, Marine Engineering, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists, Telecommunications, and Utility Location and Mapping. Additional disciplines which may be requested for some projects include, but are not limited to, registered, certified, or professionals qualified in the following areas: Acoustics, Air quality, Anthropology, Archeology, Cultural and Natural Resources, Architectural Conservation, Botany, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Safety, Construction QA Inspections, Dark Sky Compliance, Economists and Socioeconomists, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Historic Architecture, Historic Landscape Architecture, Hydrology, Industrial Hygiene, Interpretation, Hydrographic Surveying, Landscape History, , NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, SCADA Design, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Telemetry, Theatrical Design, Transportation and Traffic Engineering, Audio/Visual, Waterproofing, Wetlands, and Wildlife biology. Other disciplines not listed but required for completion of a specific task associated with a specific project will be added by modification. Incidental services, e.g., AutoCAD drafting and 3D modeling, Building Information Modeling (BIM), GIS, visual simulation, Microsoft Office applications, Adobe Acrobat, copying/printing, etc. may be required in the performance of specific task order requirements. Removal and replacement of building finishes, destructive testing, foundation testing, hazardous materials testing, surveying and geotechnical testing and analysis, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational. Firms responding to this notice must submit a narrative, not exceeding 10 pages in total, addressing and demonstrating the following: • Demonstrate that you possess or are able to possess within 30 days professional qualifications of the required disciplines including individual professional licenses, certification, etc. throughout the United States, its possessions, and territories. • Identify/certify business status under NAICS 541330 and socio-economic group. • Demonstrate firm's 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. • Description of how capability requirements will be met. • Describe specifically how you intend on meeting the requirements for multiple task orders at various locations within the area of coverage. Responses to this Sources Sought Notice are due by 2:00 p.m. Mountain time on April 2, 2019. Responses shall be submitted by EMAIL ONLY with subject titled "NATIONWIDE GENERAL ENGINEERING IDIQ - . Email responses to the following email address: vicki_l_freese-supler@nps.gov (303 969 2128) todd_stackhouse@nps.gov (303 969 2064) Do not submit SF-330, Architect-Engineer Qualifications The Government anticipates conducting a competitive acquisition for this requirement. Analysis of the quantity and quality of responses to this sources sought announcement will be considered in the market research being conducted and in the making of any small business set-aside determination for this requirement. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests.
Data sourced from SAM.gov.
View Official Posting »