The RFP Database
New business relationships start here

Architectural and Engineer Services Indefinite Delivery/Indefinite Quantity Con


Massachusetts, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted.


The National Park Service has an on-going requirement for Architect/Engineer (A&E) Services to perform park facility and site investigations, surveying and mapping, soils and hazardous materials testing, preparation of preliminary studies, sketches, layouts, outlines, and advance cost estimates; comprehensive planning, conceptual and schematic designs, and value analysis; construction drawings, specifications, and estimates; construction management, and other related services. The National Park Service is seeking A&E Services under an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with a five-year performance period to cover Acadia National Park and St. Croix Island International Historic Site, located in Maine near the towns of Bar Harbor, Winter Harbor, and Calais. Potential work locations include sites on Mount Desert Island, Isle au Haut, Little Cranberry Island, Schoodic Peninsula, Red Beach, and St. Croix Island.


The National Park Service intends to make one award for all A&E services to the most qualified offeror. Under the resultant contract, A&E services will be negotiated and ordered as needed via Task Orders placed using firm fixed-price labor rates which will be established under the IDIQ contract. Each Task Order issued will fully describe the work to be accomplished, the time parameters for performance, and list all required deliverables.


The following generally describes the types of tasks included under this contract:


A) Pre-Design Services:
    Site Analysis, Site Program, and Facility Program
    Contextual Analysis
    Integrated Design Narrative
    Meeting management including facilitation and recording

B) Supplementary Services and Compliance
Archeological survey
    Inventory, Resource surveys, Wetland Delineations
    Historic Structure and Cultural Landscape Reports and Assessments
    NEPA Compliance
    Permitting
    Other Environmental Compliance (i.e. fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations)
    Topographic survey
    Boundary survey

C) Design Services:
    Schematic Design
    Value Analysis and Value-based decision making
    Design Development
    Construction Documents
    Construction Support
    Sustainability/LEED documentation
Cost Estimating, including Life Cycle Costing and Total Cost of Ownership

D) Construction Management
    Submittal Review
    Site visits and office support
    As-constructed drawings
    Project Scheduling    
Risk Analysis
Commissioning


Required disciplines include, but are not limited to architecture; landscape architecture; civil, electrical, mechanical, fire protection, geotechnical, plumbing/sanitary, and structural engineering; surveying; cost estimating; historic architecture and historic landscape architecture; hazardous materials surveys; archeology; writing and editing; materials testing; facilitation and environmental science.


Appropriate and current licensing, registration, and / or certification are required.


Responsible, A&E firms are welcome to submit a capability statement on or before May 1, 2017 by 4:00 PM EST. Submittals will be reviewed and considered by The National Park Service during the solicitation planning process. Send your capability package via email to Wendy DeLeon, Contract Specialist at wendy_deleon@nps.gov. In the subject line of your email response, please provide your Firm's Name and the Solicitation Number P17PS01042. The Government requests that you do NOT submit any other company promotional or informational material.


Your package should include the following information:


1. Capability statement - showing recent experience doing this type of work or work similar in scope and complexity (5 pages maximum).

2. Provide your business name, address, DUNS number, point of contact, phone number and email address.

3. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business. All firms should identify whether or not they are a small business or other than small business in accordance with the size standard for The North American Industry Classification System (NAICS) 541330 Engineering Services. The Small Business Size Standard is $15 Million for this NAICS.


If you have any questions, please contact Wendy DeLeon at wendy_deleon@nps.gov.


When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities (www.fbo.gov) and FedConnect (www.fedconnect.net).

De Leon, Wendy

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP