Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SOLICITATION NOTICE

C -- IDIQ Contract(s) for A&E Services

Notice Date
12/19/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL5515RP0380
 
Archive Date
2/4/2015
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Brendan P. Smith, Phone: 3157643260
 
E-Mail Address
patricia.white@dot.gov, brendan.smith@dot.gov
(patricia.white@dot.gov, brendan.smith@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The Saint Lawrence Seaway Development Corporation (SLSDC) intends to award up to three (3) IDIQ contracts for architect/engineering services on projects for maintaining and improving their facilities in Massena, New York. Tasks may include reconnaissance; preparing designs, reports, specifications and drawings in AutoCAD or a compatible format; on-site inspection of construction work in progress; and project management/oversight. The A/E firm shall have architectural and engineering capabilities through their staffs or through the use of consultants which include expertise and experience in the following disciplines: Civil, Structural, Mechanical, Environmental, Electrical, Electronic, Architectural, Surveying and Occupational Health and Safety and more specifically work in areas as follows: paving and drainage, concrete and steel structures, design of marine structures (i.e. locks, dams, pile structures, etc.), HVAC, sanitary and fire protections systems, electro-mechanical and hydraulic systems, environmental and energy efficient aspects of projects, electrical power distribution systems, electronic equipment and controls, buildings and topographic surveys. Projects may involve single or multiple disciplines. Each contract will be awarded for a one (1) year period with options to extend for up to four (4) additional one (1) year periods. At least one of the IDIQ contracts will be awarded to a small business. Contract holders will be provided fair opportunity for each task order. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. There will be no dollar limit per task order and no dollar limit per year. A total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. The A-E must demonstrate its and each key consultant qualifications with respect to the published criteria for all services. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: 1. Specialized Experience and technical competence. Offerors will be evaluated based on the demonstration of recent experience (within the past five years) in the type of work required or evidence of similar relevant experience and in the following areas: a) Designing and providing construction documents for various A-E projects; b) Experience with multi-phased design and construction programs; c) Performing facility planning, developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. The Offeror shall provide a minimum of four (4) projects or up to a maximum of eight (8) projects that were completed within the past five (5) years and best illustrate specialized experience of the proposed team. 2. Professional qualifications of the prime firm, consultant firms and proposed designers. The evaluation will take into account education, active professional registration(s), and the experience of the team members in the types of work required. At a minimum, the team shall be comprised so that the team holds professional registrations in each of the major engineering disciplines. Resumes are limited to one page each and should cite project specific experience and indicate the proposed role in this contract. Resumes should also indicate professional licensure, registration, certification and/or accreditation of the team members; and indicate the participation of the key personnel in the example projects in the SF 330 Part I. 3. Geographical location and knowledge of the locality of the project. The offeror will be evaluated based on their location in the general geographical area of the anticipated projects, their knowledge of local site conditions and applicable regulatory requirements and their ability to ensure timely response to request for on-site support. The offeror shall indicate location of the office that will be performing the work, including main offices, branch offices, and the offices of the members. The offeror shall also provide narrative to demonstrate the team's knowledge of the Massena, New York area as it pertains to this contract. 4. Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases. Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. 5. Capacity to accomplish the work in the required time, the ability to adhere to schedules, and to accomplish multiple, large, and small projects simultaneously. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. For evaluation purposes, the above factors are listed by order of importance. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by close of business 01/20/15, to Patricia White, 180 Andrews Street, Massena, NY 13662 and patricia.white@dot.gov. This proposed contract is being solicited as full and open competition and all business firms may submit a package. The appropriate NAICS for this contract is 541330. The small business size standard classification for this contract is $15,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5515RP0380/listing.html)
 
Record
SN03601234-W 20141221/141219234708-28d4d30fd5b542858fcbb6357109dc75 (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.