Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOURCES SOUGHT

C -- ARCHITECT and ENGINEERING SERVICES

Notice Date
10/22/2009
 
Notice Type
Sources Sought
 
Contracting Office
R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd.Suite 310 Atlanta GA 30345
 
ZIP Code
30345
 
Solicitation Number
401819R531
 
Response Due
10/30/2009
 
Archive Date
10/22/2010
 
Point of Contact
Earl J. Higginbotham Contracting Officer 4046794053 Earl_Higginbotham@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service (FWS), Southeast Region, in accordance with the Brooks Act and Federal Acquisition Regulation (FAR) Subpart 36.6, is seeking qualified firms to perform Architect-Engineering (A/E) services in the States of Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, South Carolina, Tennessee, the Commonwealth of Puerto Rico, and the U.S. Virgin Islands. Tasks include, but are not limited to, furnishing Surveying, Geotechnical Engineering investigations and reports, Civil Engineering, Architectural Design, Structural Engineering, Mechanical, Electrical and Plumbing Engineering, Cost Estimating, Preparation of Construction documents, i.e., drawings and specifications, assistance obtaining permits and other services as required or typical for building rehabilitation projects or new site development and building construction projects. The following tasks are representative of the types of projects that may be awarded as Task Orders under the AE IDIQ Contract. Actual tasks order may differ. Task orders may consist of studies, reports, presentation quality drawings on paper or Mylar film, written programs and narratives, detailed construction working drawings on paper or Mylar film and AutoCAD diskettes, construction specifications, construction inspection services, cost estimates and design calculations. Three (3) Indefinite Delivery/Indefinite Quantity (IDIQ), with four, one-year options contracts, will be negotiated in accordance with FAR Part 15, after selection of qualified firms by the Evaluation Panel. Additionally, the minimum award amount per year is $2,500, with a maximum award amount not-to-exceed $650,000 per year, per contract. The number and magnitude of projects are dependent upon priority and availability of funds at the time of issuance. There is a possibility that there may be some tasks orders for American Recovery and Reinvestment Act projects. The following evaluation factors will be used and are in descending order of importance: (1) Technical Competence of the A/E's primary staff architects and engineers. The base team as defined by the work "primary" shall be comprised of Architects and Engineering Disciplines (minimum Civil, Structural, Mechanical, Electrical, Plumbing). Other team disciplines shall be included to cover Geotechnical, Survey, Environmental, Professional Cost Estimating, Landscape Architecture, Exhibit Design, and any other pertinent disciplines (as available). (2) Experience of the firm with Sustainable Design and environmentally-sensitive design practices. List LEED accredited professionals and any specific examples of sustainable design practices. (3) Past performance on U.S. Fish & Wildlife Service A/E IDIQ contracts or other similar type projects with other government agencies or private industry. (4) Experience of firm relative to the type and scope of the project types indicated in the Solicitation. (5) Experience of firm designing projects that are within budget as demonstrated by construction bids received. Specific examples are required. (6) Availability of firm staff to work on our projects relative to the firm's current workload and general knowledge of the requirements for the southeast region. List current projects and staff assignments. (7) Experience with CADD-produced drawings. List the CADD software used to produce the firm's construction drawings and other project software used to design and produce projects.The reference to the professionals required for the above projects involves state licensed professionals in all the disciplines, including Architects, Landscape Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Land Surveyors, Geotechnical Testing Services, and Environmental Engineering consultants. They shall be licensed to practice that profession in the state where the project is located. Architectural and Engineering drafting services will also be required. Not all disciplines will be required for each project. Additional Engineering consultants and other specialists not named above may be required as defined in the individual task orders. Firms responding to the Announcement shall submit a Standard Form 330, along with a portfolio of accomplishments that establishes the firm's capabilities. The portfolio should include a cover letter referencing this Announcement number, a brief description of the firm, SF 330, and any additional information to address qualifications. Submittals shall be in a binder 8 X 11, indexed, font size 12, not to exceed 30 double sided pages including SF 330. Non-conforming submittals may be cause for rejection. Firms shall submit six (6) copies of their qualifications to Southeast Region Division of Contracting and General Services, U.S. Fish and Wildlife Service, ATTN: Mr. Earl Higginbotham, Contract Specialist, 1875 Century Boulevard, Suite 310, Atlanta, Georgia 30345, not later than November 30, 2009. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). This acquisition is unrestricted and all qualified sources may submit their qualifications. The NAICS code(s) applicable are 541310 and 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/401819R531/listing.html)
 
Place of Performance
Address: SOUTHEAST REGIONAL AREA
Zip Code: 30345
 
Record
SN01990667-W 20091024/091022235454-60a87684cae20b982a2e15cd6184d834 (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.