Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

C -- BLM A/E IDIQ; Montana/N. Dakota/S. Dakota

Notice Date
12/5/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L12PS00021
 
Response Due
1/9/2011
 
Archive Date
2/8/2011
 
Point of Contact
Courtney R. Shaw
 
E-Mail Address
cshaw@blm.gov
(courtney_shaw@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Montana/Dakotas ID/IQ for Architect/Engineering Professional ServicesPre-Solicitation Notice (Request for Qualifications)Total Small Business Set-Aside This is a Pre-Solicitation Notice (Request for Qualifications) for Small Business concerns. The Bureau of Land Management (BLM), National Operations Center (NOC) is seeking a qualified Small Business firm to provide professional Architectural and Engineering (A/E) services for a broad range of projects located on Bureau of Land Management lands in Montana, North Dakota, and South Dakota or on lands in Montana, North Dakota, and South Dakota where the Bureau of Land Management has a formal agreement pertaining to use, occupancy, or operation of the property involved. Professional services provided under this contract must comply with State Law, and as is applicable, persons must be licensed, registered, or certified to provide such services. Facilities typically consist of, but are not limited to: buildings, including historic buildings; utilities, including electrical systems, water and sewage systems, telecommunications and security systems, plumbing systems, and HVAC systems; roads and trails; bridges; water control or water based structures, including dams, dikes, canals, pumps, docks, piers and bulkheads; fences and gates; visitor facilities; recreation facilities, radio communication towers. Work may require specialists in the following disciplines: architectural, civil, land surveying, transportation planning and route analysis, structural, mechanical, electrical, biological and environmental sciences, landscape architecture, educational exhibit interpretation, and cartographic capabilities (including aerial surveying and mapping), plus related support. A/E Services under this contract may include, but are not limited to, the following: 1. Project Planning: Services in this category included the gathering, analysis and documentation of data required to establish requirements for project justification, budgeting, and design of the project, including but not limited to: a.Project identification including project location history, and interpretation of specific cultural or geographic features, functions and scope. b. Physical planning including conducting topographic, engineering or route surveys; soil investigations; geological, hydrological, hydraulic, flood plain investigations; interpretation of regulatory requirements. c. Time planning to establish a project schedule. d. Financial planning including cost estimates for budgeting and the identification of direct and indirect costs, and contingency and escalation factors. e. Schematic design including site access development, utilities, preliminary plans, elevations and details, design controls, specifications and operational requirements. f. Preparation of planning reports and related documents. g. Development of physical models for planned projects. h. Preparing topographic maps from data obtained by field surveys or from aerial photography. i. Determining permits needed and preparing all documentation for submittal to agencies with jurisdiction. j. Biological or ecological studies. k. Green building and green construction shall be incorporated and documented in all phases of planning as appropriate. 2. Design: Services in this category include the design and documentation for construction of new facilities and the rehabilitation or maintenance of existing facilities by contract or force account, including the preparation of plans, specifications, bid schedules, cost estimates, and value engineering or value analysis as follows: a. Architectural design or documentation services including site and building elevations and sections, building systems and materials and dimensions, areas and volumes. This would include preservation and stabilization of historic structures. b. Structural design/documentation services including structural materials and systems. c. Mechanical design/documentation services including energy source, energy conservation, heating and ventilation, air conditioning, plumbing, fire protection, special mechanical systems, process systems and general space requirements. d. Electrical design/documentation services including power service and distribution, lighting, telephones, fire detection and alarms, security systems, electronic communications, special electrical systems and general space requirements. e. Civil design/documentation services including on-site utility systems, wells, water treatment systems, fire protection systems, drainage systems, roads and trails, earthwork and paving. f. Specialized structural design of dock systems including, but not limited to, the inspection, design, building, and installation of steel and aluminum floating dock structures. g. Interpretive design including the development of appropriate level of interpretive materials and display for public information. h. Value engineering or value analysis of designs. i. Incorporate LEED or other certifying organizations green building concepts into designs as requested. 3. Construction Management: Services in this category include management of all actions required to complete the proposed facility from contract award or start of construction to acceptance including the warranty period as follows: a. Checking and approving, annotating, referring or rejecting submittals. b. Field inspection, survey, and layout of all construction work to ensure compliance with contract requirements. c. Conducting site visits as required to evaluate progress. d. Conducting a final inspection and preparing a final list of defects and omissions. e. Preparation of As-Built drawings to serve as record documentation for the projects, including final quantity surveys and computation. f. Preparing and submitting a complete project operations and maintenance manual. g. Providing technical support to the Contracting Officer if claims arise. 4. Professional Land Surveying: Contractor is to provide Professional Land Surveying services to the Bureau of Land Management (BLM), Cadastral Survey, in accordance with specifications and the exhibits to be provided. a. Service to include but not limited to Dependent Resurveys, Section Subdivision, Corner Remonumentation, Corner Positioning, and Marking and Posting boundaries. All work to be performed for the Bureau of Land Management, Montana State Office with projects located in Montana and the Dakotas. b. The Contractor shall provide all professional survey services to legally identify and/or mark boundaries of federal interest lands or public land boundaries within the locations designated in the project Special Instructions associated with the task orders (TO) issued under this contract. c. Survey Authority. All work shall be performed by, or under the direct supervision of a person licensed to practice land surveying in the state in which the work is to be performed. A Certified Federal Surveyor (CFed), state licensed land surveyor or GS1373 equivalent certified will be required by the Task Manager to perform this work. Work may be conducted under federal survey authority of the BLM and if so, any and all decisions regarding the evaluation of evidence, procedures and acceptance of local monuments or corner points will be approved by the Task Manager. 5. Other studies, analysis, and support related to facility planning, design, and construction management. Interested firms must possess and/or assemble a team of qualified firms/individuals to demonstrate their in-house and/or consultants capabilities in addressing the above referenced Architectural and Engineering Services (including but not limited to architecture, landscape architecture, civil/environmental engineering, electrical/mechanical engineering, structural engineering, interior design, construction administration, and LEED). Firms are required to clearly indicate those tasks to be performed in house and those to be subcontracted. In accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Evaluation criteria in order of importance are: 1. Specialized Experience and technical competence in the type of work required. This includes demonstrated experience with energy efficiency, environmentally sensitive green construction, water conservation, and applicable laws and best practices. 2. Professional Qualifications necessary for satisfactory performance of required services. Firms will also be evaluated on their proven ability to successfully manage subcontractors. 3. Past Performance on contracts with Government agencies and private industry, considering cost control, quality of work, and compliance with performance schedules. 4. Capacity to accomplish the work within the required time, affording the government prompt service as outlined on each task order.5. Location of offices and personnel in the general geographic area of the projects, and knowledge of the locality of the projects. Personnel involved in field investigations and operations possess necessary knowledge of requirements and laws of the area. Firms shall limit their responses to the above Evaluation Criteria to a 10 page total maximum. This does not include the SF-330. All pages shall be printed on one side only. This acquisition is a Total Small Business Set-Aside for A/E services. The procurement process will be conducted in accordance with the Brooks Act as implemented in Sub-part 36.6 of the Federal Acquisition Regulations. Full and open competition after exclusion of sources will be utilized to award one Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. Once under contract, services will be acquired through fixed priced A/E Services task orders, unless otherwise noted. In accordance with FAR 31.205-46 Travel Costs, the contractor must comply with the Federal Travel Regulations (FTR) and be diligent in obtaining reasonable travel costs, and must provide receipts and other appropriate documentation required to support all travel costs incurred. Travel costs are subject to negotiation. Travel costs will be paid as a separate, cost-reimbursable Not To Exceed (NTE) CLIN. Per diem rates, mileage reimbursement, additional information, and the current FTR can be found on the internet at http://www.gsa.gov. The contract will be utilized to provide professional A/E Services for any project located in Montana, North Dakota, and South Dakota where the Bureau of Land Management has a formal agreement pertaining to use, occupancy, or operation of the property involved. The prime A/E firm must meet the Small Business Administrations criteria for Small Businesses under NAICS Code 541330 - Engineering Services. The prime A/E firm must possess the ability to obtain A/E licenses in the geographic area where projects are to be designed and constructed. Priority will be given to those firms who already possess A/E licenses in the above mentioned states. The term of this IDIQ contract shall be for a base period of one year with four one-year renewal options for a potential five-year contract. The selected firm will be guaranteed a minimum of $2,500 for the life of the contract. The maximum ordering limitation will be $3,000,000 for the life of the five-year contract. Should the maximum ordering limit be reached prior to the expiration of all potential option years, the BLM intends to recompete the requirement and award a new IDIQ contract. All interested Small Business concerns are invited to submit a letter of interest and completed Standard Form 330. Responses must be received before 2:00pm, Denver Local Time, on Monday, January 9, 2012, in order to be considered for selection. Firms desiring consideration should submit an original and one copy of the letter of interest and complete SF-330 to: Bureau of Land ManagementAttention: Mr. Courtney Shaw, Contracting OfficerDenver Federal Center - Building 50PO Box 25047 (OC-0664)Denver, Colorado 80225-0047 All firms who are identified on the short list after evaluation of the SF-330s can tentatively anticipate scheduling interviews approximately 3-6 weeks after the closing date of this announcement. Please ensure that all executive level and other involved individuals of your firm will be available for attendance during these dates. This is a Total Small Business Set-Aside procurement. This is not a Request For Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/MT/L12PS00021/listing.html)
 
Record
SN02633562-W 20111207/111205234359-240cfb9dcfbf0769b5d5853a69749969 (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.