Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
SOLICITATION NOTICE

C -- Architect & Engineering Services for the Tongass National Forest

Notice Date
1/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Tongass National Forest, Federal Building, 648 Mission St. Acquisition Management, Ketchikan, AK, 99901
 
ZIP Code
99901
 
Solicitation Number
AG-0116-S-06-0009
 
Archive Date
6/7/2006
 
Description
The Tongass National Forest is seeking qualified firms to provide professional architectural and engineering services on an as-needed basis for Forest Service owned or managed lands, roads, bridges, culverts, docks, marine access points (LTFs), trails, buildings, campgrounds, recreation facilities, and other facilities located within the Tongass National Forest. Work may include conducting surveys and condition inspections; performance of project planning and design services, geo-technical investigations; permit application services; preparation of construction specifications, cost estimates, and drawings; performing construction inspection for Forest Service owned or managed lands, roads, bridges, culverts, docks, marine access points (LTFs), trails, buildings, campgrounds, recreation facilities, and other facilities and providing miscellaneous construction assistance within the Tongass National Forest on an as-needed basis. The Forest Service anticipates awarding up to three indefinite quantity indefinite delivery contracts each with a one-year performance period with options for two additional one year periods. Each awarded contract will have a Not-to-exceed value of $1,000.000 over the life of the contract, including any options periods. Firms responding to this notice should be prepared to provide the full range of architect and engineering services using in-house capacity or sub-consultant agreements. Work under this contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order will be at least $5,000 but will not exceed $500,000. Each contract awarded will have a guaranteed minimum order of $10,000 for the basic period only. There will be no guaranteed minimum for the option periods, if exercised. SELECTION CRITERIA. Firms responding to this public notice will be evaluated and ranked using the following selection criteria. Criterion (1) is most important; criteria (2) and (3) are of lesser but equal importance; and criteria (4) and (5) are of lesser but equal importance. (1) Specialized experience and technical competence. Evaluation will be based on the extent of directly related experience in design of roads, bridges, culverts, docks, marine access points (LTFs), trails, buildings, campgrounds, and/or recreation facilities in locations similar to Southeast Alaska. Examples of work shall be documented for review, as well as a description of the type of work performed. (2) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, previous working relationships of team members, the quantity of existing work under contract, and the schedules for completion of the existing work. (3) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (4) Professional qualifications necessary for satisfactory performance, via in-house employment or subconsultant agreement, including professional civil engineers, land surveyors, architects, landscape architects, structural and geotechnical engineers, mechanical and electrical engineers, draftspersons and certified inspectors for building construction including electrical, bridges, and roads, All professional personnel must be registered to practice in the state of Alaska. Evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training, and certifications together with their availability to perform work on this contract. (5) Geographical location. Evaluation will be based upon the physical location of the firm and associated professionals and the cost to mobilize team members to Southeast Alaska. Qualified firms, regardless of size, are invited to submit Standard Form-330, Architect-Engineer Qualifications, Parts I and II, not later than the close of business, February 15, 2006, to Federal Building, 648 Mission St., Ketchikan, AK 99901, ATTN: Stephen Patton. Only those firms responding by that time will be considered for selection. Inquiries regarding this invitation should be in writing and directed to Stephen Patton, email: spatton@fs.fed.us.
 
Place of Performance
Address: Southeast Alaska
 
Record
SN00964490-W 20060113/060111211718 (fbodaily.com)
 
Source
FedBizOpps 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.