SOLICITATION NOTICE
C -- Indefinite-Delivery, Indefinite Quantity (IDIQ) contracts for multi-disciplinary Architect-Engineering Services for the U.S. Fish and Wildlife Region 1, covering areas including OR, WA, ID, CA, NV, HI and the Pacific Islands.
- Notice Date
- 10/15/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 101819R015
- Response Due
- 11/14/2008
- Archive Date
- 10/15/2009
- Point of Contact
- Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- The Fish and Wildlife Service is seeking Architectural/Engineering firms to submit a Standard Form (SF) 330 with licensed/registered multi-disciplinary architect-engineer services for the geographical locations identified as: Oregon, Washington and Idaho (Region 1 or Northern Area); California and Nevada (Region 8 area); Hawaii and the Pacific Islands (Pacific Island Area). Offerors may choose the area(s) in which they would like to work. Work consists of, but may not be limited to, services for the construction, maintenance, and/or rehabilitation and operation of facilities on National Fish Hatcheries, National Wildlife Refuges, and other U.S. Fish and Wildlife Service field stations. These facilities typically consist of a variety of building types such as visitor centers, administration buildings, bunkhouses, shop buildings, residences, fire cache buildings; utilities including electrical systems, water and sewage systems, communications, alarms and security systems, plumbing systems, HVAC systems; roads and trails; bridges, dams, dikes, canals, pumps, and water control structures; raceways and holding ponds; fish passageways, fish ladders, fish screens, and spawning channels; docks, piers, and bulkheads; fences and gates. Up to three (3) firm-fixed, Indefinite-Delivery, Indefinite Quantity (IDIQ) Architect-Engineer contracts may be awarded for each area, as well as up to three (3) IDIQ contracts for firms that respond to all areas. Duration of IDIQ contracts will not exceed: 5 years (base year, plus 4 one year renewable options). No project work is anticipated to be awarded at this time. A/E firms awarded an IDIQ contract will be considered for task order(s) based upon location of work to be performed and factors such as familiarity to a site or specialized skills, and one firm will be chosen to submit a proposal for each specific task order request received. Should a fair and reasonable price not be agreed upon with the top ranked firm, the CO will ask the next highest ranked A/E firm to submit a proposal. Task order may vary in size, but are expected to be issued for projects in the $25,000 to $2,000,000 range. The minimum amount of work amount shall be $5,000.00 and the maximum work amount shall be $2,000,000.00. Firms will be not be considered for evaluation unless an application consisting of a completed SF-330, Parts I and II is received by the U.S. Fish and Wildlife Service by November 14, 2008. Architect/Engineering firms will be ranked based upon the following selection criteria: 1) Experience (40 points maximum): a) Firms that score high in the evaluation will typically be State-licensed (in at least one state) Architectural-Engineering firms with projects valued at $25,000 to $2,000,000 the past 5 years. b) Firms with experience working on Federal government projects, in particular with FWS, will receive higher scores. c) Higher scores will be given to firms that have completed a variety of projects that vary in complexity and costs. d) Higher scores will be given to firms who can show in-house design and construction experience with projects that have gone through the Leadership in Energy and Environmental Design (LEED) process. e) Higher consideration will be given to firms who show experience with projects in the states they plan to work. 2) Past Performance (60 points maximum): Firms that score high in the evaluation will typically be firms that show they can effectively manage subcontractors, satisfy their clients, accomplish the projects in a timely manner, charge a fair price, achieve high-quality workmanship, have effective communications between key design team members as well as the client, effectively resolve problems, and are cooperative and have a high enough customer satisfaction rate that the customer would hire them again. 3) Oral Presentations (100 Points): a) Firms who are rated in the top tier will be asked to give an oral presentation at the Fish and Wildlife Service building in Portland Oregon around the beginning of the January 2009 time frame. The presentation should last approximately 60 minutes in length and should focus primarily on the firm's design philosophy above and beyond information already submitted. More specific information about what will be covered in the interviews shall be sent to the remaining firms. Final selection of the awardees shall be made after reviewing all the information submitted previously and gathered during the oral presentations. b) Firms that score well will be firms that are well prepared, show a high level of comfort in the design and construction process, show a strong sense of compatibility amongst their design team members, and are professional and customer-friendly in their attitude. Firms that meet the requirements described in this announcement are invited to submit five (5) copies of their SF330 and other proposal documents by close of business on November 14, 2008, to the Contracting Officer, Karl Lautzenheiser, U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, Oregon 97232-4181. Offerors should submit information on 5-10 projects with a maximum of two pages per project. All projects must have been completed within the last 5 years and be located in the states that the proposal is submitted against. Based upon the evaluation criteria listed above, it is the intent of the Contracting Officer to negotiate with the most qualified top three firms for each geographic location (Region 1, Region 8, Pacific Islands area) as well as the top three ranked firms that would like to work all three areas. If a fair and reasonable price is negotiated, up to three firm fixed IDIQ contracts may be awarded for each of the three areas, as well as up to three IDIQ contracts for firms that respond to all three areas. If the USFWS cannot negotiate a fair and reasonable price with any of the three top ranked firms for each geographical location and firms that respond to all areas, the Contracting Officer will commence negotiations with the next top ranked firm for any of these areas. Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". A requirements documents consisting of the complete technical specification is available by emailing a request to Karl_Lautzenheiser@fws.gov. Reference the project number 101819R015 on your request. Telephone requests will not be accepted. The North American Industry Classification Code (NAICS) codes is 541310 that applies to this procurement. Announcement is open to all businesses, regardless of size.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=879b0e9755b9d307d77b2e0277a17f24&tab=core&_cview=1)
- Record
- SN01691844-W 20081017/081015214607-879b0e9755b9d307d77b2e0277a17f24 (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 |