Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

C -- Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Civil Engineering A/E Services. Base Year and (4) Option Years

Notice Date
1/25/2011
 
Notice Type
Presolicitation
 
Contracting Office
Refuges-R3 U.S. Fish and Wildlife Service1 Federal Drive Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
F11PS00254
 
Response Due
2/24/2011
 
Archive Date
1/25/2012
 
Point of Contact
John Stokes Contract Specialist 6127135204 john_stokes@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
Total Small Business
 
Description
FBO Announcement for A-E - Civil (Multiple Award) GENERAL REQUIREMENTS: The U.S. Fish and Wildlife Service (FWS), Region 3, is seeking the submittals of Standard Form (SF) 330 "Architect-Engineer Qualifications". This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architect-Engineer (A-E) services are required primarily for Civil Engineering (structural, geotechnical, hydraulics, water supply, transportation) and surveying. Work to include planning, design, drafting, and construction management for construction, maintenance, and rehabilitation of FWS facilities. The facilities are located at National Wildlife Refuges, National Fish Hatcheries, Research Laboratories, and other field stations in the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri, These facilities typically consist of roads, parking lots, trails, small vehicular and pedestrian bridges, dam, dikes, canals, pumps and water control structures, water supply systems, raceways and holding ponds, boat landings, fences, gates, recreation and visitor facilities, and wildlife habitat. Facilities also include maintenance buildings for light vehicles and equipment, vehicle storage buildings, bunk houses, hazardous material storage, comfort stations, and the utilities associated with these structures. Work is primarily civil engineering and surveying, but may require related disciplines and support personnel. The resultant contract(s) will be an indefinite-delivery, indefinite-quantity (ID-IQ) type contract for a base period not to exceed one year with four (4) one-year option periods. The amount of work shall not exceed a cumulative value of $2,000,000.00 for all performance periods combined; no single task order will exceed $200,000.00. A minimum of $2,000.00 in fees paid is guaranteed for the base period of performance. No specific minimum amount is guaranteed in any of the option years. This announcement is set-aside 100% for small business concerns only. The North American Industrial Classification System (NAICS) code is 541330. The Small Business Size Standard is $4.5 million in average annual receipts. The Small Business prime contractor, which must be an architecture or engineering firm, must perform at least fifty percent (50%) of the work in-house. The firm's capability statement shall demonstrate the qualification necessary to meet the 50% in-house requirement. Additionally, the selected firm must perform the primary civil-structural discipline, and may employ qualified consultants to perform other disciplines. The selection criteria are listed below in descending order of importance. (1) Professional Qualifications-(a) Demonstrate through past projects and training/certifications received by designers, knowledge of civil engineering (structural, hydraulics, geotechnical, water supply, transportation), and construction administration, and (b) Demonstrate experience and qualifications of project coordinators, (2) Specialized experience and Technical Competence-(a) Describe and list size of projects which are similar to the type of FWS work described above, (b) Describe experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials, (3) Capacity to Accomplish the Work--(a) Provide number of personnel for each discipline, (b) Provide number of registered professional engineers, (c) Provide availability and experience of CADD technicians, and (d) Provide availability of surveying services, (e) Provide availability of out-of-house discipline partners, (4) Past Performance-(a) Demonstrate performance on contracts with government agencies and private industry in terms of innovation, cost control, quality of work, and compliance with performance schedules, and (b) Provide references to verify the quality of design. This is not a request for proposal (RFP). All contractors MUST be registered in the Central Contractor Registration database and ORCA database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) and ORCA registration at web site http://www.ccr.gov/ and http://orca.bpn.gov/. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. It is anticipated that more than one contract will be awarded. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform the work must submit an original and five (5) copies of the SF 330 form (both Parts I and II) with a cover letter, not to exceed three (3) pages in length, summarizing their qualifications, experience and capabilities. Forms are available at www.gsa.gov (GSA Forms Library). The cover letter should also provide the name of a point of contact that can respond to questions about the response. Include a phone number, fax number and email address for the point of contact. Be sure to include information on awards and other recognition for designs or other work relevant to the requirements set out in this synopsis by 4PM CST on February 24, 2011, to the US Fish and Wildlife Service, Region 3, Construction and Acquisition Division, ATTN Mr. John Stokes, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Proposal-Do Not Open, No. F11PS00254. Please direct questions regarding this solicitation to Mr. Stokes at 612-713-5204 or email to John_Stokes@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00254/listing.html)
 
Place of Performance
Address: Region 3, U.S. Fish and Wildlife Service, Fort Snelling, Minnesota.
Zip Code: 551114056
 
Record
SN02365990-W 20110127/110125234347-010ba6919e2e85b0682fe4c9ce60fc72 (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.