Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
DOCUMENT

C -- Architect and Engineering Services Region 1 - Description/Specs/Statement of Work

Notice Date
1/16/2009
 
Notice Type
Description/Specs/Statement of Work
 
NAICS
541330 — Engineering Services
 
Contracting Office
Forest Service - R-1 Northern Region
 
Solicitation Number
AG-0343-S-09-0001
 
Response Due
2/20/2009
 
Archive Date
3/7/2009
 
Point of Contact
Dell P McCann,, Phone: 406-329-3244
 
E-Mail Address
dpmccann@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
Indefinite Quantity, Indefinite Delivery Multi-Disciplinary Architect-Engineer, Provide Architect-Engineer (A-E) Services for the United States Department of Agriculture, Forest Service, Northern Region. Project sites will generally be located on National Forests located throughout Montana, Northern Idaho, North Dakota and South Dakota. The intent and objective of this contract is to obtain civil, structural, water and wastewater design services for the Forest Service transportation systems and recreation and administration sites. Typical projects requiring design services include a variety of inspection, maintenance, repair, rehabilitation, decommissioning, construction, or reconstruction work for roads, bridges, aquatic passage structures and related stream channel work, culverts, bottomless arches, retaining walls, trail bridges, snowshed, haysheds, picnic shelters, campgrounds, recreation and administrative site water distribution systems, and storm water or wastewater systems. Subsidiary design services required to complete a task order such as geotechnical, hydraulic engineering services and minor mechanical/electrical design are included within this contract. See the attached statement of work for more specifics concerning typical task orders for this contract. 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 May 30, 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 can not exceed $1,000,000 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. Potential Contractors shall be evaluated in terms of the criteria identified below. See Note 24 for general selection process. For each criteria, the contractor shall demonstrate their understanding of the Forest Service, Forest Service policies, regulations, and standards, the intent and objective of the contract, the type, size, and scope of potential Forest Service civil, structural, and sanitary (water/wastewater) projects and the General Requirements. Firms will be evaluated on the following factors: (1) Professional qualifications necessary for satisfactory performance of required services. The Offeror shall provide specific information necessary for the satisfactory performance of the work as follows: a) Proposed team organization and interrelationship of technical, management, production disciplines, and subconsultants to accomplish the contract program and individual projects. (Note primary contractor may propose various subcontractors for types of work and locations.) b) Proposed team members in terms of education, experience, professional registrations, professional qualifications, certifications, training, etc.; (2) Specialized experience and technical competence: a) Capability demonstrated by relevant examples of previous work similar in size and scope (as a firm or through individual experience of team members, b) Demonstrated capacity for excellence; (3) Capacity to Perform the Work. The offeror shall provide specific information supporting that they (including subcontractors) will have the capacity to perform the multiple task orders in addition to existing work load; (4) Past Performance. The offeror shall provide specific information on contracts of similar type, size, and scope of potential Forest Service projects with government agencies and private industry in terms of cost control, quality of work, cooperation with client, and compliance with contract requirements; (5) Location and Geographic Knowledge of the Northern Region. The offeror shall provide information: a) On the location of the firm/firms in the general geographic area of the Northern Region of the Forest Service and the firm’s ability to respond to the various Forests in a timely, cost-effective manner. b) Of their general knowledge of the geographical area of the Northern Region of the Forest Service and demonstrated knowledge of potential work conditions, construction methods, materials, suppliers, access, etc. 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 inch format, should be spiral bound, developed and assembled in a manner that chronologically corresponds to and addresses the Technical Evaluation Criteria. 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 of form SF 330. Please include 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 e-mail no later than January 30, 2009, 12:00 pm, Mountain Time, addressed to dpmccann@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 no later than 4:00 pm, Mountain Time, February 20, 2009. Send all four copies to USDA Forest Service, Region 1; Attention Dell McCann, Contracting Officer, P.O. Box 7669, Missoula, MT 59807. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Numbered Note 24.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7459ec00fa54ba6331aadcaf4b49ddde&tab=core&_cview=1)
 
Document(s)
Description/Specs/Statement of Work
 
File Name: Provide Architect-Engineer (A-E) Services for the United States Department of Agriculture, Forest Service, Northern Region. Project sites will generally be located on National Forests located throughout Montana, Northern Idaho, North Dakota and South Dakota. The intent and objective of this contract is to obtain civil, structural, water and wastewater design services for the Forest Service transportation systems and recreation and administration sites. Typical projects requiring design services include a variety of inspection, maintenance, repair, rehabilitation, decommissioning, construction, or reconstruction work for roads, bridges, aquatic passage structures and related stream channel work, culverts, bottomless arches, retaining walls, trail bridges, snowshed, haysheds, picnic shelters, campgrounds, recreation and administrative site water distribution systems, and storm water or wastewater systems. Subsidiary design services required to complete a task order such as geotechnical, hydraulic engineering services and minor mechanical/electrical design are included within this contract. See the attached statement of work for more specifics concerning typical task orders for this contract. (Statement of work Example.doc)
Link: https://www.fbo.gov//utils/view?id=71ba950e5ee00b60f93e060e7281aebb
Bytes: 51.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Project sites will generally be located on National Forests located throughout Montana, Northern Idaho, North Dakota and South Dakota., United States
 
Record
SN01734169-W 20090118/090116215816-7459ec00fa54ba6331aadcaf4b49ddde (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.