The RFP Database
New business relationships start here

Nationwide Architect and Engineering IDIQ


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

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 - Qualifications Statement, it is very important that all firms understand it is their responsibility to ensure they meet all requirements of the solicitation and prepare the SF-330's in accordance with the requirements. Failure to comply with solicitation requirements may result in the firm being removed from the competition as the Government reserves the right to eliminate firms whose SF-330's do not conform.


The SF-330's shall be clear, concise and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The SF-330's should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the firm meets the Government's requirements. Firms shall assume the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the firm's SF-330's - Qualification Statements.


Submission of any additional supporting material under Section H of the SF-330 is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF-330. The additional information provided under Section H of the SF-330 should not exceed 20 pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. Only those firms responding by the date and time identified herein will be considered for selection. 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 a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.


Provide your response in the form of one (1) original and two (2) copies plus one electronic copy (Thumb Drive) included with your hard copy. The eight (8) pages of instruction are not required to be submitted as part of the SF-330. Submissions may include single or double sided sheets. A page is defined as one side of an 8 ½ x 11 inch sheet of paper, with at least one inch margins on all sides (with the exception of the organizational chart. This can be submitted on 11" x 17" paper) and the SF-330 Fillable forms. Firms shall utilize a 12-point font size in all materials, with the exception of the SF-330.  Offerors may utilize the default font included within the fillable form. Indicate in Section C.11 if the prime has worked with the team members in the past five (5) years. Your responses must be received by 2:00 p.m. Mountain Daylight Time, at the following address: National Park Service, Denver Service Center, Contract Services, ATTN: Vicki Freese-Supler, 12795 West Alameda Parkway, Lakewood, Colorado 80228.


FORWARD PRICING RATE AGREEMENT (FPRA)
For the purpose of simplifying and increasing efficiency in the negotiation and to assist in the execution of Task Orders against the IDIQ, the apparent most highly qualified firms, when notified, shall submit an acceptable FPRA proposal to the Contracting Officer to be eligible for award. The apparent most highly qualified firms shall provide a FPRA proposal within the requested time period to be identified by the Government (DO NOT SUBMIT UNTIL REQUESTED). The FPRA proposal shall include, but is not limited to, a description of direct labor categories, direct labor rates, annual escalation of all rates, G&A rates, overhead rates, Computer Assisted Design Rates, and other recurring costs. Where practicable, the contractor may provide Fixed Price Rates for Unit Pricing Elements. The FPRA proposal will be negotiated and a formal Forward Price Rate Agreement will be incorporated into the resultant IDIQ contract. Apparent most highly qualified firms, who fail to negotiate an acceptable FPRA with the Contracting Officer will be ineligible for award. The contractor agrees to submit a Certificate of Current Cost or Pricing Data, as required by FAR 15.403-4(a), for all Task Orders and modifications exceeding $750,000.
Other Information:


Firms are herein advised that if a fair and reasonable price cannot be negotiated with the most highly qualified firm(s), the Government reserves the right to close negotiations with that firm and open negotiations with the next most highly qualified firm(s). This process will be repeated until an appropriate number of IDIQ contracts have been successfully negotiated and awarded. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in this announcement.


Qualification packages are not provided and no additional project information will be given to firms during the announcement period. All submissions must be clearly marked with the following caption "RELEASEABLE TO GOVERNMENT AGENCIES FOR EVALUATION PURPOSES ONLY." Qualification packages that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.


All questions should be submitted in writing and forwarded via e-mail to Ms. Vicki Supler, vicki_l_freese-supler@nps.gov and Todd Stackhouse, todd_stackhouse@nps.gov. All questions must be received no later than November 21, 2019 at 2:00 p.m. Mountain Time in order to allow the Government proper time to respond. Questions submitted within 10 days of the closing date may not be answered by the Government. All responses to questions received will be posted via amendment to FBO.gov.

FREQUENTLY ASKED QUESTIONS:
Q1. What is the coverage area of the solicitation?
A1. This contract will provide engineering services throughout the United States, its territories and possessions.


Q2. What are the names of the incumbent firms for this solicitation?
A2. The incumbents are:


Louis Berger Group
1250 23rd Street NW, 4th Floor
Washington, DC 20037


HDR Engineering, Inc.
8404 Indian Hills Drive
Omaha, NE 68114


Vanasse Hangen Brustlin, Inc.
101 Walnut Street
Watertown, MA 02472


CH2M Hill, Inc.
919 South Jamaica Street
Englewood, CO 80112


Q3. If a firm does not have experience with the National Park Service, will that preclude us from being awarded a contract?
A3. No


Q4. How many contracts are being awarded from this solicitation?
A4. To Be Determined


Q5. Since this requirement is for nationwide work, does that mean that our firm must have professional licenses in all 50 states and its territories and possessions?
A5. Yes. This requirement can be met through joint ventures, partnerships, or subcontracts which would include all firms, parents, subsidiaries, and affiliates under the joint venture or partnership. The firm must have a person licensed in each state for each major engineering discipline. Firms will be required to show proof of licensing within 30 days of being notified of most highly qualified status as part of the Task Order ordering process.


Q6. Are SF-330 Section E resumes required (from) all individuals who provide licensure in each state per discipline?
A6. No


Q7. What is meant by Flood Protection?
A7. Analysis and designs for flood protection of NPS property or for mitigation or prevention of environmental degraation by flowing water in and near riverine, fluvial, coastal, lacustrine, arid or semi-arid, wetland or spring environments and post construction monitoring of effective and appropriate flood protection, prevention, repair and restoration solutions and techniques in sensitive cultural resource areas
that are visually, environmentally and ecologically compatible with the resources.
These solutions may include state of the art bioengineering solutions or other artificial
structures that emulate naturally-occurring stream structures to achieve particular
purposes, such as infrastructure protection and fish and/or other sensitive habitat enhancements in dynamic riverine, fluvial (perennial and ephemeral channels) and flood plain landscapes. Solutions may be designed and implemented for
protection of national park natural and cultural resources, facilities and infrastructure. These sensitive cultural and natural resource areas may include buildings, infrastructure, roads, undeveloped lands, international borders, areas of special importance to Native American tribes, of prehistoric significance and/or trails.
Resource flood protection alternatives development; Existing operational and maintenance evaluation and proposed operations and maintenance guidelines for more effective flood protection; planning and working in multi-jurisdictional, politically sensitive environments; visitor and traffic safety evaluations and assessments related to flood events.

Q8. What is meant by dam levee and canals safety engineering?
A8. The firm must have an experienced expert in dam design engineering, failure modes, risk analysis, emergeny action planning for dams, levees and canals.


Q9. For the SF-330 we assume that includes Part I with resumes, sample projects and Section H. Is that correct?
A9. Yes


Q10. Does the "completed SF-330 for each firm" mean the SF 330 Part II?
A10. Each firm within the proposed form shall complete an SF330 Part II.


Q11. Under the section "Submission Requirements" can you confirm that a complete SF-330 is required for each team member?
A11. No, a complete SF-330 is required for each firm, not team member.


Q12. Is the "additional supporting material (20 sheets, 2 sided, max) in addition to the
material in Section H of the SF-330 "Additional Information"? Should those 20 sheets be listed as an Addendum to the SF-330?
A12. The additional supporting material shall include Section H pages and is limited to 20 double-sided pages in total.


Q13. Regarding SF-330, Part I.F Requirements - A typical SF-330 submission limits consultants to a total of 10 projects in Section Part 1.F. To demonstrate our team's collective experience in all the major disciplines outlined in the RFP, this seems very limiting. Can NPS please up to ten (10) project descriptions (Part 1.F forms) for each major discipline area and/or team member or are we limited to a total of ten
(10) project descriptions for the entire submittals?
A13. Provide a total of 10 projects.


Q14. For this submittal, are 11" x 17" pages acceptable, or should all pages be 8" x 11"?
A14. Your organizational chart may be submitted on an 11" x 17". All other documents should be 8" x 11".


Q15. Do signed Teaming Agreements with sub-consultants need to be included in the SF-330 proposal? If not, how will the Government evaluate "enforceable commitments" to sub-consultants?
A15. Teaming arrangements between the prime and sub-consultant do not need to be included in the SF-330 proposal. The NPS will have a contract with the prime, not the prime's sub-consultants.


Q16. Can copies of the QC Process Records required by the solicitation be provided as supplemental information outside the SF-330 and not impact the Section H page count.
A16. No


Q17. Are we required to show resumes for the "additional disciplines that may be required for some projects?
A17. It is your discretion as to the resumes you provide.


Q18. Is the small business participation plan part of the section H page limit requirement or can we include it as an attachment?
A18. It is part of Section H.


 


 


 


Vicki Supler, Contract Specialist, Phone (303) 969-2128, Email vicki_l_freese-supler@nps.gov - Todd Stackhouse, Contracting Officer, Email todd_stackhouse@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP