SOLICITATION NOTICE
C -- Acquire Architect-Engineering Services for Region 5 of the U.S. Fish and Wildlife Service to include planning, design, drafting and construction management, maintenance and/or rehabilitation services.
- Notice Date
- 5/13/2009
- Notice Type
- Synopsis
- Contracting Office
- U.S. Fish and Wildlife Service - R5 Contracting & General Services300 Westgate Center Drive Hadley MA 01035
- ZIP Code
- 01035
- Solicitation Number
- 501819R032
- Response Due
- 6/30/2009
- Archive Date
- 5/13/2010
- Point of Contact
- Gary M. Dupuis Contracting Officer 4132538240 gary_dupuis@fws.gov;
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service (Service) solicits offers to acquire Architect-Engineering Services for multiple award IDIQ (indefinite delivery, indefinite quantity) Contract for Region 5 of the U.S Fish and Wildlife Service to include: Planning, design, design build, construction management, and/or maintenance, rehabilitation and inspection services for the National Wildlife Refuges, National Fish Hatcheries, research laboratories and other Service locations within the Northeast Region of the U.S. Fish and Wildlife Service. The Service anticipates awarding up to four contracts, each covering the entire geographical region of Region 5 of the USFWS, to include the states Maine, Vermont, New Hampshire, Massachusetts, Rhode Island; Connecticut, New Jersey, New York, Pennsylvania; Maryland, Delaware, Virginia and West Virginia. Professional certification and/or professional lawful practice, of engineering and architecture, are required in every state of Region 5. Offerors are responsible for determining whether they are in compliance with requirements under applicable state law. Professional certification to practice engineering and architecture is required in every state in each of the areas for which the firm is submitting Standard Form 330 (SF 330). Projects typically consist of design for small office buildings, visitor centers, maintenance buildings, vehicle storage buildings, hazardous material storage and comfort stations. Projects may also include roads, trails, parking lots, bridges, dams, dikes, canals, pumps and water control structures, water supply, raceways and holding ponds, boat landings, fences, gates, and recreation facilities. Work may include, but not be limited to, mechanical, electrical, structural, civil and environmental engineering; architectural, post-award construction services, life cycle cost analysis, cost estimating and support services. Support services may include sampling, field testing, laboratory, report preparation, concrete testing, soil borings and permits. In your proposal please address the following evaluation factors, in accordance with Federal Acquisition Regulation 36.602-1. The evaluation factors for this solicitation are: (1) In house professionals to perform design and consultation work for construction and renovation projects (40%); (2) Demonstrated specialized experience and technical competence in construction and design, including but not limited to architectural, historical preservation, value engineering, electrical, fire protection, civil, structural, mechanical, planning, energy management and environmental engineering. (30%); (3) Past performance on contracts with both government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (20%); (4) Resources (personnel, facilities, systems, equipment, subcontractors, etc.) to accomplish required volume of work in a timely manner (10%). Qualifications of firms will be rated by applying a numeric rating system to the evaluation factors listed above. Primary emphasis will be placed on Discipline Codes: 02, 05, 06, 08, 12, 15, 16, 18, 21, 23, 25, 27, 32, 37, 39, 42, 48, 52, 56, 57, 58, 61 and 62, as listed on SF 330. Each resultant contract will be an Indefinite Delivery/Indefinite Quantity type contract for a one year base period with four (4) one-year options. There is a minimum annual guarantee of $2,500.00 and a maximum limit of $ 15 million dollars. The maximum contract value my not exceed a $40 million dollar aggregate total. Task orders will be issued for each project as a result of negotiations conducted under the awarded contracts. The North American Industry Classification System Code is 541330 with a small business size standard of $4.5 million. This solicitation is unrestricted, solicited for full and open competition. If a large business is selected for this contract, an approved subcontracting plan will be required in compliance with FAR 52.219-9. Interested parties must submit six copies of SF 330 for Architect-Engineering Qualifications by 2:00 pm EST, June 30, 2009 to US Fish and Wildlife Service, Contracting and General Services, 300 Westgate Center Drive, Hadley, MA 01035-9589, Attn: Gary Dupuis, Contracting Officer. Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/501819R032/listing.html)
- Place of Performance
- Address: Region 5 of the U.S. Fish and Wildlife Service
- Zip Code: 010359589
- Country: US
- Zip Code: 010359589
- Record
- SN01815551-F 20090515/090513233019 (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 |