Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2009 FBO #2594
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY MULTI-DISCIPLINARY ARCHITECT – ENGINEER, TITLE I, II, AND III SERVICES

Notice Date
12/31/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AE-R2-0001
 
Archive Date
2/10/2009
 
Point of Contact
Kirk R Roegner,, Phone: 303-275-5771
 
E-Mail Address
kroegner@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE QUANTITY MULTI-DISCIPLINARY ARCHITECT – ENGINEER, TITLE I, II, AND III SERVICES Provide Title I, II, and III Architect – Engineer (A-E) Services for the United States Department of Agriculture, Forest Service, Rocky Mountain Region. This work may involve any or all aspects associated with design and construction management services for new construction and/or rehabilitation of existing Forest Service and Job Corps Center facilities, including historic buildings. The architectural and engineering services required under this contract may include but not limited to all activities associated with the following identified project types: administrative buildings; recreational buildings; maintenance facilities; visitor centers; residences and dormitories; dining halls/kitchens; vocational trade facilities; training facilities; roads; dams; campgrounds/picnic areas; parking areas; trails; and utilities (for example, gas, electrical, telecommunications, and water and wastewater systems). This work may involve: surveying; sanitary surveys; dam inspection surveys; geotechnical studies; inundation studies, preparation of dam emergency response plans, site planning; water rights investigation, design and engineering; trouble shooting building systems operation; energy and life cycle/value analysis; sustainable design, Leadership in Energy and Environmental Design (LEED) certified projects; cost estimates; peer reviews; preparation of plans and specifications for bidding purposes for architectural, structural, civil, landscaping, interior design, geotechnical, mechanical, sanitary, electrical, fire protection, asbestos, and environmental projects; value engineering; and other associated services. Construction management services shall include providing technical support from construction contract award to final acceptance of actions required to complete the proposed facility, including warranty period. Construction technical support services may include consultation on technical matters, field inspections; submittal reviews, replying to requests for information, and preparation of Operational and Maintenance (O&M) Manuals. Projects may be located at various locations throughout the United States, however a large portion of the work will focus in Colorado, Kansas, Nebraska, South Dakota, Wyoming, Arizona and New Mexico (see Rocky Mountain and Southwest Regions, USFS Home Page - www.fs.fed.us). Multiple Firm Fixed-Price IDIQ contracts may be awarded for a base year with four option periods. Options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. The estimated start date for the referenced IDIQ contracts is on or about March 01, 2009, with a base year of 12 months. Task orders issued under the basic contracts will include a specific statement of work and will be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $2,000,000 for each one-year performance period with a guaranteed minimum of $5,000 for the first year of the contract. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms will be evaluated on the following factors, listed in descending order of importance: 1) Demonstrated integrity of design, qualifications and experience of the firm and subcontractors in relation to the above identified services and project types with the USDA Forest Service, other government agencies or private industry in areas of: (a) Quality of work. Ability to prepare plans and specifications that have minimal design errors or omissions and are well organized and result in few change orders. Ability to provide design solutions that result in facilities that are highly successful in performance, low maintenance, operation and function. (b) Integrated design. Demonstrated experience with integrated design with an emphasis on coordination of multi-disciplinary teams, establishment of upfront project goals and follow through. 2) Established project management systems and procedures resulting in meeting established schedules and budgets. Demonstrated experience and record of performance of the proposed team in working together to provide projects that were successful with respect to the following: (a) Cost control. Ability to produce accurate project cost estimates and to control total project costs within established budgets. (b) Compliance with schedule. Ability to plan and complete projects on established schedules and to provide accelerated/fast tracked completion of projects. Capacity to coordinate and perform multiple task orders simultaneously. 3) Specialized experience and technical competence of proposed key project personnel in relationship to the above services and project types. Key personnel may include Program Manager, Project Manager(s), LEED Accredited Professional(s), Architect(s), Structural Engineer(s), Mechanical Engineer(s), Civil Engineer(s), Landscape Architect(s), Cost Estimator(s), Electrical Engineer(s), Surveyor(s) and Geotechnical Engineer(s). 4) Demonstrated experience in LEED certification, sustainable design practices, and energy conservation including technical competence in preparing, developing, and finalizing designs for facilities that minimize the environmental impact on the earth’s renewable and non renewable resources (forest, grasslands, water, solar energy, wind energy, etc.). This includes, to the maximum extent practical, specifying the use of recycled content material and recovered materials, and providing designs for construction that promote energy conservation and use of renewable energy, pollution prevention, indoor air quality, lighting quality, water conservation, and use of resource-efficient building products. 5) Location of the consultant and subconsultants relative to the National Forests and Grasslands throughout the Rocky Mountain Region and knowledge of the locality of the projects. Selection criteria outlined in Federal Acquisition Regulation Part 36.6 and Brooks Act provisions apply. This acquisition is not set-aside and is unrestricted, full and open competition. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit four copies of Standard Form (SF) 330, parts I and II, as well as responses to the evaluation criteria outlined above. Copies of the SF 330 are also required for sub-consultants or joint firms. This synopsis is the only notification that is required or that will be made for this acquisition. Failure to submit a package with all required documentation outlined in this synopsis may result in disqualification of the firm. Offerors are informed that the SF 254/SF 255 are no longer permissible and will not be considered in response to this announcement. All documentation will be in an 8 x 11 format, should be spiral bound, developed and assembled in a manner that chronologically corresponds to and addresses the Technical Evaluation Criteria. The portfolio should consist of no more than six projects. The entire proposal should not exceed 40 double-sided pages, including the SF 330. Submissions received via e-mail or facsimile will NOT be considered. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, TIN and state registration numbers in Block 30 of the SF 330. Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov). Questions regarding this acquisition must be received via email not later than January 11, 2009, 12:00 pm, Mountain Time, addressed to kroegner@fs.fed.us. Answers to all offeror questions will be posted as an amendment to this synopsis as soon as practicable. Responses must be received not later than 4:00 pm, Mountain Time, January 31, 2009. Send all four copies to USDA Forest Service, Rocky Mountain Region; Attention Kirk Roegner, Contracting Officer, 740 Simms Street, Golden, CO 80401-4720. The North American Industry Classification Code is 541310 and the size standard is $4.5 million. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1924be6bd060d6412fc5b8ebb9c6bd81&tab=core&_cview=1)
 
Place of Performance
Address: See above description., United States
 
Record
SN01725826-W 20090102/081231214113-1924be6bd060d6412fc5b8ebb9c6bd81 (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.