Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

C -- Construction Materials Testing and Geotechnical Professional Services for Fores Service Region One IDIQ Contract

Notice Date
5/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-03-23
 
Response Due
5/30/2003
 
Point of Contact
Sarah Langston, Contract Specialist, Phone 406-329-3657, Fax 406-329-3536, - Leta Wicka, Purchasing Agent, Phone 406-329-3148, Fax 406-329-3536,
 
E-Mail Address
slangston@fs.fed.us, lwicka@fs.fed.us
 
Description
The Region One intends to award a minimum of one, and a maximum of two indefinite delivery indefinite quantity contract for professional Construction Materials Testing, construction monitoring, and Geotechnical services for the Region. *** Only firms with Registered Professional Engineers licensed in the States of Idaho, Montana, North Dakota, and South Dakota will be considered. The associated laboratory must be Nationally accredited by AASHTO in Asphalt Testing. *** The contracts will be issued as one-year base contract with four one-year options (potential of five years). The potential two contracts may be divided into (a) Construction materials testing and construction monitoring (approximately 90% of the work); and, (b) Geotechnical and pavement testing/design services (approximately 10% of the work). However, the Government reserves the right to award only one contract for the combined areas. *** Task orders will be issued as needed to accomplish the work. Estimated Contract Time will vary with each individual task order. *** The work involves engineering services related to low-volume road design and construction in Region One of the USDA Forest Service. Services required will be primarily in the areas of construction materials testing and inspection with minor emphasis in the investigation and design areas. *** The Contractor must perform the work under this contract that is related to the following typical areas: However, this list is not all-inclusive: (1) Routine laboratory materials testing; (2) mix design testing; (3) Field construction inspection, reporting, and field testing like nuclear density tests; (4) Pavement investigations, testing, analysis, and design; (5) Geotechnical investigations, testing, analysis, and design. (6) Additionally, the contractor shall perform ASHTO TP5 using Government Furnished Equipment Dynamic Shear Rheometer at the Region One Materials laboratory at Fort Missoula Building T150, Missoula, MT. For additional information regarding the above see synopsis modification containing a draft statement of work. *** The Government will purchase a dollar amount of services equal to a $10,000 guaranteed minimum and will not to exceed $480,000 maximum over the life of the awarded contracts. If the Government awards one contract, the work will meet the above minimum and maximums. If the Government awards two contracts, their guaranteed minimums are as follows. One contract for the Construction Materials Testing and Construction Monitoring represent a guaranteed minimum of $10,000 and will not exceed $430,000 maximum over the life of the contract. One contract for the Geotechnical and related services represent a guaranteed minimum of $1,000 and will not exceed $50,000 maximum over the life of the contract. There is no minimum or maximum yearly guarantees outside those stated above. *** Firms qualified and interested in providing Construction Materials Testing and Geotechnical and related professional services of the types listed above are hereby invited to submit: SF-254 (Architect-Engineer and Related Services Questionnaire) and SF-255 (Architect-Engineer and Related Services Questionnaire for Specific Project). These forms and forms-filling software are available through the General Services Administration forms library at the following website. http://www.gsa.gov/ Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. *** In evaluating proposals, the following criteria will be applied, with 1, 2, & 3 being of relatively equal importance, but only half the importance of criteria 4 and 5. *** (1) Professional qualifications necessary for satisfactory performance of required services. Your firms licensed Professional Engineers experience in Construction Materials Testing, Construction Monitoring and Geotechnical Services. Identify the National Accreditation areas of your Laboratory. (2) Capacity of the firm to provide the required services in the required time. List your firms equipment, personnel available, and procedures used to ensure reasonable deadlines are met. Indicate staff organization (who will do what) with position title and anticipated level of involvement for each area on this project. Indicate your firms knowledge of and approach you have used on projects of a similar nature and how on previous projects you resolved problems. Include any proposed subcontractor and specify what duties they would perform. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Referenced projects that are similar in scope to above work areas. (4) Specialized experience and technical competence in the type of work required. Show years of experience and number of above listed work areas of the key personnel that will be assigned to the project. Include an outline of field and office procedures. (5) Proximity of the firm to local project areas, and knowledge of the locality of the project. (a) Construction Materials Testing and Construction Monitoring: Indicate where your firms nearest office is in relation to Missoula, MT. If not within 50-mile radius of the Regional Headquarters (340 N. Pattee, Missoula, MT 59802), indicate how you plan to provide service in a cost-effective manner. (b) Geotechnical and related Professional Services: Indicate where your firms nearest office is in relation to the Region One area including Northern Idaho, Montana, North Dakota, and South Dakota. *** BE SURE TO RESPOND TO ALL FIVE (5) CRITERIA. Additional Sheets should be used if needed to address all evaluation criteria relative to the required services. *** Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Following the initial evaluation of the qualification and performance data submitted, discussions will occur with three or more firms considered to be the most highly qualified to provide the services. *** Negotiations will occur beginning with the most preferred firm in the final selection. If a mutually agreeable contract can be reached, then award will be made. If not, then negotiations with that firm will be terminated and the next most preferred firm would be contacted for negotiation. Small Businesses and other socio-economically targeted businesses are encouraged to apply. *** Please submit (3) copies of the above information to: USDA Forest Service, 340 N. Pattee Street, Missoula, MT 59802 Attn: Sarah Langston, CFCM, Contracting Officer and include Solicitation: R1-03-23 To be considered all material must be received by close of business MAY 27, 2003. Should you have any questions, feel free to contact me at (406) 329-3657 or email: slangston@fs.fed.us or fax (406)329-3536 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0343/R1-03-23/listing.html)
 
Place of Performance
Address: USDA Forest Service, Region One (Northern Idaho, Montana, North Dakota, South Dakota) PO Box 7669 Missoula, MT
Zip Code: 59807
Country: USA
 
Record
SN00366791-F 20030710/030708221421 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.