Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

C -- Forest Service Ropeway Engineering and Design Services

Notice Date
8/1/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 North East Acquisition Team (NEAT), 4 Farm Colony Drive, Warren, Pennsylvania, 16365, United States
 
ZIP Code
16365
 
Solicitation Number
AG-24H8-S-12-0068
 
Point of Contact
Melissa A Conn, Phone: 814-728-6241
 
E-Mail Address
mconn@fs.fed.us
(mconn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Forest Service, North East Acquisition Team plans to award one or more Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Ropeway Architect and Engineering Services. The Contract(s) will include a base year and four options of one year each. Fixed price task orders issued under the basic IDIQ contract will include a specific statement of work and be negotiated as individual projects. The cumulative total of all task orders issued under a contract cannot exceed $250,000 for the total five year period. The minimum guarantee for the 5 year period is $15,000. This requirement is advertised for small businesses under NAICS 541330. Scope Of Contract It is the intent of this contract to procure professional ropeway engineering and design services by contract on an as needed basis. These services would supplement these types of services that are performed in house. The contract shall be with an Architectural/Engineering (A/E) firm. Subcontractors performing specific design services shall be responsible to the prime A/E firm and design professional. The work shall be of high quality and contracted for at a reasonable price. The contractor shall have the ability to: • Provide technical ropeway engineering services to review new design installations and modifications to existing installations. • Attend, participate, and document ropeway or aerial adventure course installations acceptance tests. • Provide preliminary and final design engineering services. • Estimate the cost of the design and construction work. • Provide construction support and inspection services. • Manage a contract with multiple task orders concurrently on multiple forests. • Provide training on ropeway or aerial adventure course engineering. • Provide engineering services for Forest Service facilities or installations that require similar technical expertise such as smoke jumper landing training facilities or suspension bridges. • Provide other miscellaneous design and engineering services. The majority of the projects will be located on National Forests in the States of Oregon and Washington however work may also be requested and performed on other National Forests in the United States. In order to use local sources the government may recommend sub-consultants located in close proximity to the actual areas of work. Firms will be evaluated on the following: Each offer's technical proposal will be evaluated as outlined below. 1) Specialized experience and technical competence in the type of work required. (30 points) a) Firms' experience designing ropeways, ski lifts, conveyors, and other similar installations including modifications to existing installations. (15 points) b) Firms' experience with A/E IDIQ or open ended contracts and experience with federal and state contracts. (5 points) c) Firms' experience with planning, operations, and maintenance of ropeways (10 points) 2) Professional Qualifications necessary for satisfactory performance of required services.(25 points) a) Variety of professional staff registered in Washington and Oregon with experience related to the types of projects in this requirement and the locations in this requirement. (15 points) b) Proven Ability to work together as a team doing quality integrated design, design review and oversight of area operations. (10 points) 3) Location within the states of Washington or Oregon (15 points) 4) Capacity to accomplish the work in the required time. (assume 4- 6 projects per year up to $30,000) (15 points) a) Established project management systems and procedures resulting in meeting established schedules and budgets. (5 points) b) Capacity to coordinate and perform multiple task orders simultaneously. (5 points) c) Ability to provide accelerated fast tracked completion of urgent projects. (5 points) 5) Past performance on contracts with Government agencies and private industry in terms of: (15 points) a) Cost Control, Quality of Work, Compliance with Performance Schedules, etc. (if an offeror has no record of past performance, they will receive a neutral rating for this criteria). Firms qualified and interested in providing the A/E Services described in this synopsis are invited to submit Standard Form (SF) 330, Architect-Engineer Qualifications in one original hardcopy and 3 CD/DVD copies with appropriate data referencing the solicitation number to North East Acquisition Team, Attn: Melissa Conn, 4 Farm Colony Drive, Warren, PA 16365 by 4:30 pm ET on August 31, 2012. Each CD shall contain only one PDF file which represents the contractor's entire submission. Parts 1 and 2 of the SF-330 must be completed and submitted for all contractors, subcontractors and proposed consultants. Please address the evaluation factors as part of your SF330 Part 1 Section H submission if they are not addressed elsewhere in your submission. Fax or email responses will not be accepted. The hardcopy submission should fit within an 8 ½ x11 one inch thick three ring binder. The SF-330 can be obtained from http://www.gsa.gov/portal/forms. Selection will be in accordance with the Brooks Act and Federal Acquisition Regulations Part 36 to determine the most highly qualified firm. The Forest Service intends to offer a formal solicitation and enter into negotiations with the highest rated offeror. If a mutually agreed to contract cannot be reached, then the Contracting Officer will terminate negotiations and proceed to the next most highly rated offeror. To be eligible for contract award, a firm must be registered in http://sam.gov Questions may be directed to Melissa Conn, Contracting Officer, at mconn@fs.fed.us or 814-728-6241.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/24H8/AG-24H8-S-12-0068/listing.html)
 
Place of Performance
Address: 4 Farm Colony Drive, Warren, Pennsylvania, 16365, United States
Zip Code: 16365
 
Record
SN02823110-W 20120803/120801235921-edf15cea4eed07afa49e3977f0fb0094 (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.