Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

C -- A-E Shortlist for SRS-PNW-PSW - Sources Sought

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, SRS Eastern Administrative Zone - NC, 200 WT Weaver Blvd., Asheville, North Carolina, 28804, United States
 
ZIP Code
28804
 
Solicitation Number
12467018R0002
 
Archive Date
1/12/2018
 
Point of Contact
Keith David Friot, Phone: 8282574292, Kelly B Updegraff, Phone: (803) 561-4093
 
E-Mail Address
kfriot@fs.fed.us, kbupdegraff@fs.fed.us
(kfriot@fs.fed.us, kbupdegraff@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - SF-330 Attachment 1 - A-E Cover Sheet A-E Shortlist Synopsis Synopsis: The purpose of this announcement is to request updated and new A&E qualification information for the USDA Forest Service, Southern Research Station (SRS)/Pacific Northwest Research Station (PNW)/Pacific Southwest Research Station (PSW) Administration Zone (AZ) Architect & Engineer (A&E) Short Selection Database. This is a sources sought for future projects with no specific project planned at this time. WHAT IS THE SHORT SELECTION DATABASE USED FOR? The Forest Service utilizes the Short Selection database to award Architect-Engineer (AE) contracts, below $150,000, in all States included within the Forest Service Southern Research Station, (including the States of: Alabama, Alaska, Arizona, Arkansas, California, Florida, Georgia, Hawai'i, Kentucky, Louisiana, Mississippi, Nebraska, North Carolina, Oklahoma, Oregon, Puerto Rico, South Carolina, Tennessee, Texas, Vermont, Virginia, and Washington State). The headquarters for SRS/PNW/PSW is located in Asheville, NC and all files and short list database will be located at the SRS headquarters. The database contains all of the qualified, interested AE firms that respond to this notice for consideration for future approved projects falling within the NAICS codes indicated. Examples of some of the types of work include, but is not limited to, laboratory repairs and renovations, design of small warehouses and offices, historic preservation, renovations to improve energy efficiency and address safety concerns, energy audits and studies, design of repairs to small dams and impoundments, design of photovoltaic and other renewable energy systems, green building construction and certification consultation, review and design of HVAC systems upgrades and replacements, review and design of electrical systems, construction inspection, drafting services, surveying (construction and property), geotechnical investigation, and environmental (RCRA, CECRLA, CWA, etc.) investigations, reviews, inventories, audits and coordination of RCRA and other waste disposal. There is an average of 20 firms listed in our database each year. On an annual basis, SRS/PNW/PSW averages six (6) task orders (two task orders in SRS, two task orders in PNW, and two task orders in PSW) focused in the following areas: green building construction and certification consultation, review and design of HVAC systems upgrades and replacements, review and design of electrical systems, and laboratory repairs and renovations. The average cost per task order was approximately $12,000.00. WHAT IS THE SHORT SELECTION PROCESS? The Short Selection Process utilizes the procedures set forth in Federal Acquisition Regulation (FAR) Part 36.602-5. For AE projects with an estimated total fee under the Simplified Acquisition Threshold (currently $150,000) agencies may review current date files for eligible AE firms, perform a technical review and evaluation to determine the three (3) most highly qualified firms, and have discussions with the three (3) firms to determine the best qualified firm for that particular project. A price proposal will then be requested from the highest technically rated firm. If a reasonable price cannot be negotiated, discussions will be held with the second best qualified firm, and so on. The AE's ability to provide licensed professionals in the State where the project is located (FAR 36.602-1(a)(1) and the firm's geographic proximity and knowledge of the local area (FAR 36.602-1(a)(5)) as identified on the AE's SF330 and supplemental information, will be used for the first preliminary screening of firms when a large list of potential firms exist. Large Businesses may submit SF330s; however, all acquisitions utilizing the short selection database shall be set-aside for small business concerns unless requirements cannot be met and the Contracting Officer obtains a proper waiver. The A-E database will be maintained with filters for State, Zip Code, NAICS Codes, Small Business Size, and Small Business Socio-Economic Classification. The sources sought due date is listed below; SF330s are valid for one year from the date of notification that your firm has been added to the short list database. Firms are encouraged to update their data annually by responding to this announcement; however, the Forest Service will retain previously submitted data for a period of three years. WHAT DOES MY FIRM NEED TO SUBMIT TO DETERMINE ELIGIBILITY AND RECEIVE CONSIDERATION FOR FUTURE AE PROJECTS? Submittals shall be brief and concise. Only the first fifty (50) pages of your response will be retained. Initial review would determine if a firm is minimally qualified to do work for the Federal Government as described in the synopsis. After initial evaluation, minimally qualified firms will be listed in the short selection database and the first 50 pages of their submittal package placed on file. As specific projects arise, the short selection database will be used to pull a list of qualified firms that can perform the needed work at the specific location. At that point, the submittal package for those specific firms will be pulled from the file and used to perform a technical review as described in the synopsis. The following information is required and is part of the 50 page limit: 1. A cover letter should be included with all other data. The letter should outline the work your firm specializes in and include a brief description of your firm's capabilities specifically relating to the project examples stated above. 2. Attachment A - A&E Submittal Cover Sheet. 3. Attachment B - SF330, Parts 1 and 2 (6 pages). Part 2 of the SF330 includes a list of the number of licensed professionals and the States of their licensing for each of the Function codes identified in block 9 of Part 2 of the SF330. https://www.gsa.gov/reference/forms?search_keyword=330 4. Print Out of your System for Award Management (SAM) record. SAM registration is required for award of federal contracts and to be considered for project work. All NAICS Codes listed in this Sources Sought must be listed on your SAM record. Contractors may register in SAM at www.sam.gov. Registration is free of charge to all Government Contractors. Please note: FAR 36.602-1(a) requires "Professional qualifications necessary for satisfactory performance of required services", but does not specifically require that a license be held in every state covered by this synopsis. However, the respondent should be familiar with requirements specific to the different locations and be available to travel to the location for any necessary site visits. All information shall be submitted via mail or email (not both). Email is preferred; the email address is kfriot@fs.fed.us. Reference the sources sought number and title in the email Subject Line. If mailed, reference the sources sought number and title on the envelope and mail to: USDA FOREST SERVICE Eastern Acquisition Zone ATTN: Keith Friot, Contracting Officer 200 W.T. Weaver Blvd Asheville, NC 28804 Submittals must be received on 28 December 2017 by 12:00 p.m. EST. Questions related to this announcement shall be referred to Jason Anderson at jasonleeanderson@fs.fed.us. Locations: 1) Southern Research Station (SRS) - https://srs.fs.usda.gov/locations/ 2) Pacific Northwest Research Station (PNW) - https://www.fs.fed.us/pnw/contact/employee-location.shtml 3) Pacific Southwest Research Station (PSW) - https://www.fs.fed.us/psw/locations/index.shtml
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4568/12467018R0002/listing.html)
 
Place of Performance
Address: USDA Forest Service, Headquarters for Southern Research Station, Pacific Northwest Research Station, and Pacific Southwest Research Station, Asheville, North Carolina, United States
 
Record
SN04738313-W 20171115/171113230929-d872e4ea1dc5f8073ff434e5e52c2ddb (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  © 1994-2020, Loren Data Corp.