SOURCES SOUGHT
C -- The USPFO for Oregon and 173rd Civil Eng. Office is seeking qualified AE firms to design replacement and/or repair of the water mains within the boundaries of Kingsley Field ANG Base, Klamath Falls, OR
- Notice Date
- 1/29/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W912JV-13-R-0003
- Response Due
- 3/6/2013
- Archive Date
- 3/30/2013
- Point of Contact
- cecily martinez, 503-584-3775
- E-Mail Address
-
USPFO for Oregon
(cecily.martinez.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for Oregon and 173d Base Civil Engineering Office is seeking qualified AE Firms to award a Firm Fixed Price Architect Engineer Contract to perform services to complete a design for the replacement and/or repair of water mains from the existing pump house (Bldg 218) within the boundaries of Kingsley Field Air National Guard Base, Klamath Falls, OR. Solicitation number W912JV-13-R-0003. The NAICS Code is 541330. Contract Award is anticipated by 1 June 2013. The magnitude of the construction for this project is between $500,000.00 - $1,000,000.00 as prescribed in the Federal Acquisition Regulation 36.204. Interested offerors are strongly encouraged to read this announcement in its entirety prior to e-mailing or phoning the USPFO for Oregon for additional information. SCOPE OF SERVICES: The selected firm shall be responsible for the professional quality, technical accuracy and coordination of all services required under this contract. The selected firm shall provide Type A, B, and C design / inspection services for the Repair Water Lines, PN: KJAQ132497. Type A-II, B and C Services will be Options to be exercised at the discretion of the Government. The firm will provide a complete set of plans and specifications of suitable quality and completeness for construction proposals. The A-E effort includes all plant, labor, equipment, appliances, and materials. Provide all necessary travel and services required to compile engineering data, space use criteria, perform field measurements, take videos and photographs, perform design computations, furnish drawings and technical specifications, incorporate owner and user design review comments as the design is developed, calculate estimated construction costs, perform construction inspection services and provide final cost estimates covering work herein described by the final design and specifications for this project. Work will include but not limited to all camera investigation, saw cutting, trenching, removal, replacement, service line tie-ins, valve replacement, backfill, patching, landscaping, replacing associated equipment, and other work as required to repair select water mains on Kingsley Field. This project shall include in the plans and specifications strong controls on the construction contractor to protect existing utilities and facilities during construction. Design shall be completed in accordance with all applicable ANGETL's, UFC's, project design instruction and AE services requirements checklist. Project elements are required to be designed to meet all Air Force, Air National Guard, OSHA, Local and DEQ regulations. All required or appropriate environmental provisions shall be addressed as well as the identification of applicable agencies and the production of documentation which may be required for (but not limited to): storm water management, sanitary system discharges, oil/water interception, hazardous material abatement and any other items as may be identified through the design process. The A-E will have access to any historical drawings within the 173 FW files after selection of the firm. Access or use of these documents SHALL NOT preclude the firm from performing the necessary studies and investigative work to design a complete and usable project. The AE shall be able to provide 2 hard copies and one electronic (AutoCAD 2010) copy of as built drawings per Tab C, ANG ETL 02-1, and Design Procedures. Also provide construction documents in PDF format. SELECTION CRITERIA: The evaluation board will review the SF 330's submitted in response to this solicitation. The evaluation board will evaluate each potential firm according to the criteria listed below. The government will hold discussions with at least three of the most highly qualified firms. SF 330's are due 6 March 2013 no later than 2:30pm local time. Interviews will be conducted with the most highly qualified firms. If a mutually satisfactory contract cannot be negotiated with most preferred / selected firm, negotiations will be terminated and the Contracting Officer will initiate negotiations with the next firm on the final selection list. The Government will evaluate each potential firm in terms of its - (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, fire protection, cost estimating and the use of recovered materials (3) Capacity to accomplish the work in the required time (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (5) Location in the general geographical area of the project and knowledge of the locality of the project (6) acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS: To be considered for this project all responding firms, including consultants to the primary firm shall submit three (3) hardcopies of the Standard Form 330 Architect-Engineer Related Services Questionnaire Part I and Part II. Submit these required documents no later than 2:30pm local time, 6 March 2013 to Master Sergeant Cecily Martinez, PO Box 14350, 1776 Militia Way SE, Salem, Oregon 97309. LATE SF 330'S WILL NOT BE ACCEPTED. E-MAILED SF 330'S WILL NOT BE ACCEPTED. SF 330's SUBMITTED TO THE 173d BASE CIVIL ENGINEERING OFFICE WILL NOT BE ACCEPTED. No additional materials will be issued and no solicitation package or bidder/plan holder list will be issued. Any questions must be submitted in a Request for Information format (RFI) via electronic mail and reference the project name in the subject line. Please allow 72 hours for a response. RFI's shall be submitted 72 hours prior to the closing date and time to ensure a proper response can be provided. POC is Cecily.martinez.mil@mail.mil MISCELLANEOUS INFORMATION: Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov or by contacting the CCR Assistance Center (8am - 4pm Eastern Time) 1-888-227-2423. The successful firm shall be able to invoice electronically using Wide Area Workflow procedures. This requirement shall not be waived. Information and instructions can be found at the Wide Area Workflow website at https://wawf.eb.mil/. It is the successful offerors responsibility to ensure that proper access can be obtained to this system. The government will not be held liable for any automation upgrades required to interact with this system.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-13-R-0003/listing.html)
- Place of Performance
- Address: Kingsley Field ANG Base 221 Wagner St Klamath Falls OR
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN02974301-W 20130131/130129234202-dcaf6705864613cf8fc449fb06ccca80 (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 |