Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2013 FBO #4360
SOLICITATION NOTICE

C -- New A/E IDIQ contracts for Regions 1 and 8 of the U.S. Fish and Wildlife Service

Notice Date
10/30/2013
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
F14PS00002
 
Response Due
12/17/2013
 
Archive Date
1/16/2014
 
Point of Contact
KARL LAUTZENHEISER
 
E-Mail Address
karl_lautzenheiser@fws.gov
(karl_lautzenheiser@fws.gov)
 
Small Business Set-Aside
N/A
 
Description
The Fish and Wildlife Service is seeking Architectural/Engineering firms to submit a Standard Form (SF) 330 with licensed/registered multi-disciplinary architect-engineer services for the geographical locations identified as: Oregon, Washington and Idaho (Region 1 or Northern Area); California and Nevada (Region 8 area); Hawaii and the Pacific Islands (Pacific Island Area). Offerors may choose the area(s) in which they would like to work. The North American Industry Classification Code (NAICS) codes is 541310 that applies to this procurement. Announcement is open to all businesses, regardless of size. Work consists of, but may not be limited to, services for the construction, maintenance, and/or rehabilitation and operation of facilities on National Fish Hatcheries, National Wildlife Refuges, and other U.S. Fish and Wildlife Service field stations. These facilities typically consist of a variety of building types such as visitor centers, administration buildings, bunkhouses, shop buildings, residences, fire cache buildings, and utility and storage buildings. Utility systems, including but are not limited to; electrical systems, domestic, fire protection and process water systems, storm water drainage systems, sanitary sewage systems, tele-communications and IT systems, alarms and security systems, plumbing systems, and HVAC systems. Site infrastructure systems including but not limited to; roads and trails, bridges, dams, dikes, canals, pumps, and water control structures, raceways and holding ponds, fish passageways, fish ladders, fish screens, spawning channels, docks, piers, and bulkheads, and fences and gates. Studies and reports; work consists of, but may not be limited to; seismic studies, cultural resource studies, wetland or other sensitive land studies, environmental studies, geotechnical studies, traffic studies, boundary and topographical surveys, feasibility studies, value analysis, and socio-economic studies. Duration of IDIQ contracts will not exceed: 5 years (base year, plus 4 one year renewable options). No project work is anticipated to be awarded at this time. A/E firms awarded an IDIQ contract will be considered for task order(s) based upon location of work is to be performed and factors such as familiarity to a site or specialized skills, and one firm will be chosen to submit a proposal for each specific task order request received. Should a fair and reasonable price not be agreed upon with the top ranked firm, the CO will ask the next highest ranked A/E firm to submit a proposal. Task order may vary in size, but are expected to be issued for projects in the $25,000 to $2,000,000 range. A minimum $5,000.000 obligation will be awarded against any IDIQ contract award and will be deobligated once task order(s) are issued to cover that obligation. The maximum amount of orders issued annually could be up to $2,000,000. To be considered for evaluation, applications from firms must consist of a completed SF-330, Parts I and II, along with other documentation as cited in solicitation package number F14PS00002. The complete solicitation package will be posted to FedBizOpps on or about November 14, 2013 with responses due to the U.S. Fish and Wildlife Service 30 days thereafter. Check solicitation posting to verify actual response date. Selection of Architect/Engineering firms will be accomplished in two phases. In Phase I, firms will be ranked based upon the following selection criteria: 1) Experience (50 points maximum): a) Firms that score high in the evaluation will typically be State-licensed (in at least one state) Architectural-Engineering firms with projects valued at $25,000 to $2,000,000 the past 5 years. b) Firms with experience working on Federal government projects, in particular with FWS, will receive higher scores. c) Higher scores will be given to firms that have completed a variety of projects that vary in complexity and costs. d) Higher scores will be given to firms who can show in-house design and construction experience with projects that have gone through the Leadership in Energy and Environmental Design (LEED) process. e) Higher consideration will be given to firms who show experience with projects in the states they plan to work. 2) Past Performance (50 points maximum): Firms that score high in the evaluation will typically be firms that show they can effectively manage subcontractors, satisfy their clients, accomplish the projects in a timely manner, charge a fair price, achieve high-quality workmanship, have effective communications between key design team members as well as the client, effectively resolve problems, and are cooperative and have a high enough customer satisfaction rate that the customer would hire them again. Under Phase I evaluation, firms will be choosing which geographic area(s) they would like to cover and/or all geographic areas combined. Based upon proposal submissions, the Service can select up to five of the top rated firms for each area, as well as the combined area thereafter and those will be the only firms eligible to present and oral presentation under Phase II evaluations. Oral presentations will be worth 100 points and will be conducted at the Fish and Wildlife Service building in Portland Oregon towards the first part of January, 2014. The presentation should last approximately 30 to 60 minutes in length and should focus primarily on the firms design philosophy above and beyond information already submitted. More specific information about what will be covered in the interviews shall be sent to the remaining firms. Final selection of awardees for up to three of the top rated firms for each area, as well as up to three of the top rated firms that responded to all areas shall be made after reviewing all the information submitted previously and gathered during the oral presentations. b) Firms that score well will be firms that are well prepared, show a high level of comfort in the design and construction process, show a strong sense of compatibility amongst their design team members, and are professional and customer-friendly in their attitude. Firms that meet the requirements described in this announcement are invited to submit one (1) hard copy and one (1) electronic copy of their Standard Form 330 and other proposal documents by the date/time cited in the solicitation package that will be posted to FedBizOpps on or about November 14, 2013 with responses due approximately 30 days thereafter to the U.S. Fish and Wildlife Service, Attention Contracting Officer, Karl Lautzenheiser, U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, Oregon 97232-4181. Check solicitation posting to verify actual response date. Prospective contractors shall be registered in The System for Award (SAM) database prior to award of a contract at https://www.sam.gov/portal/public/SAM/. Any contract questions can be directed by emailing a request to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov with reference to solicitation number F14PS00002. Telephone requests will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00002/listing.html)
 
Record
SN03224537-W 20131101/131030233921-f9213d68327798dc00349fee98fbfc53 (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.