Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
MODIFICATION

C -- A/E Multi Award IDIQ

Notice Date
5/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern CA Acquisition Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
1291S8-18-R-0018
 
Archive Date
6/21/2018
 
Point of Contact
Dindo L. Laxamana, Phone: 7075629022
 
E-Mail Address
dindolaxamana@fs.fed.us
(dindolaxamana@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for multiple award A-E Services Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, in accordance with Public Law 92-582 (Brooks Act) as implemented in FAR Subpart 36.6 Architect & Engineer Services. This commercial services requirement is prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. The solicitation number is 1291S8-18-R-0018. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97 effective 24 Jan 18. This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services), with a size standard of $15 million dollars average annual receipts for the preceding three fiscal years. The Forest Service anticipates award of 2-3 Indefinite Delivery Indefinite Quantity contracts for a five-year period (base year + 4 one-year options). The government guarantees to purchase a minimum of $2,500 in services over the life of the contract. The minimum order is $2,500 and the maximum order is $400,000. The maximum combined amount for awarded contracts for the entire contract period will not exceed $5,000,000. Services required include Architecture, Civil, Structural, Mechanical, Electrical, Geotechnical, Landscape, and Environmental professional services. Geographic area includes California Nevada and Hawaii. Services will cover USDA units located within these areas that are occupied or managed by Region 5 of the Forest Service, Technology and Development Center (San Dimas), and Pacific Southwest Research Station (PSW). The Contractor/s shall provide Architect & Engineer Design services and related work in compliance with the contract requirements, provisions, specifications, terms and conditions. "Architect & Engineer Design services and related work" includes, but is not limited to architecture, historic architect/historic professional services, civil, structural, mechanical, electrical, geotechnical and landscape survey and design, inspection services, construction management services and energy survey, analysis, and reporting. The Contractor/s shall provide everything necessary to perform the work of this contract and Task Orders issued under this contract, including but not limited to all labor, supervision, equipment, transportation, materials, operating supplies, and incidentals. Prospective Projects will primarily involve providing new construction or reconstruction needs of the Forest Service, buildings, roads, landscape, mechanical and electrical systems at Forest Service recreation and administration sites, as well as, complex research labs and T&D center. Typical projects include designing for a variety of repair, rehabilitation, and new facility construction projects. Typical projects may include a variety of landscaping or reconstruction needs for office buildings, laboratory buildings, warehouses, and other industrial buildings, residences, garages, picnic shelters, campground recreation buildings, and landscapes. Architectural Projects may be for total project design, or only segments of the work such as building, mechanical, plumbing, landscaping, civil, HVAC, fire protection and alarm system, geotechnical, or electrical projects. The work may include A/E services professional support for in-house Forest Service designs as well. Work may also include professional services for historic architecture surveys and reports and energy data collection, surveys, analysis and reports. The contract requires complete design services and may include everything from survey and design through contract management. Subcontractors performing specific design and services shall be responsible to the design professional. The Contractor shall have the ability to: • Inspect, document and provide condition surveys for existing facilities in accordance with Forest Service requirements - Contractor will be required to take Forest Service training to accomplish this. • Provide preliminary through final design engineering services including all contract documents, specifications and drawings. • Estimate the cost of the design and construction work. • Manage a contract with multiple Task Orders concurrently on multiple forests as well as oversight of all staff and subcontractors Individual task orders will be issued against the contract as program needs arise. The task orders will be individual projects and include a specific statement of work and period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The Government anticipates an award of 2-3 firm fixed priced Indefinite Delivery Indefinite Quantity contract. The period of performance will be for five years from award date. The intent is to have a contract awarded on or about August/September 2018. Task orders issued against awarded contract(s) will include a specific statement of work, a period of performance, and will be negotiated as individual projects using Brooks Act procedures. Selection of firms for negotiation shall be made through an order of preference using Brooks Act procedures, based on demonstrated competence and qualifications for the work, that include the following evaluation criteria, which are of equal value: a. Professional qualifications: For satisfactory performance of required services. The information provided in the SF-330, and other information gathered by the Government will be used to evaluate the general qualifications, and experience of the proposed team, including key personnel, and sub-contractors. b. Specialized Experience and Technical Competence: State your firm's experience and technical competence. The Offeror shall provide specific information on completed projects which are similar in nature to Forest Service facilities described in this announcement. Offeror shall also provide other information on specialized experience and technical competence, including, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and historic preservation. c. Capacity: To accomplish the work in the required time. The Offeror shall provide specific information supporting that their office, including subcontractors will have the capacity to perform multiple Task Orders in addition to existing work load. Multiple Task Orders, up the maximum allowable under the contract may be placed at one time, and contract time for those Task Orders may run concurrently. d. Past performance: On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The Offeror shall identify all contracts and subcontracts currently in process and completed by the Offeror's firm in the past 3 years. Include contracts and subcontracts similar in nature and complexity to that required by this solicitation and contracts entered into with Federal, State and local governments and commercial customers. Provide additional specific information of recent relevant contracts which support past and present performance in the past 3 years. Provide references who can confirm your past performance. For each relevant contract or reference, the Offeror is requested to provide: • Agency/company and contact information (contact name, and phone number or email address) • Contract number and type (i.e. design, design-build, construction management) • A description of the project • Dollar value of contract • Period of Performance - include contract duration and completion date • A description any problems encountered and the efforts made to correct and prevent future occurrences The Offeror may discuss past accomplishments and recognition that indicates the firm's ability to perform the work required by the contract. Offerors with no record of relevant past performance will be evaluated neither favorably nor unfavorably. e. Geographic Location: Location in the general geographical area of the project and knowledge of the locality of the project. The Offeror shall demonstrate proposed team is located near, or can readily meet with Forest Service personnel in the following service areas, namely, Northern California service area located in Redding California, Central California service area located in Nevada City California, Southern California service area located in Arcadia California, and USFS Region 5 located in Vallejo California. The Offeror shall demonstrate knowledge of areas the work may be performed; familiarity with the worksites in the area (including local historical facilities), and familiarity with the various types of worksites for which the Forest Service may require services, including administrative sites, research centers, work centers, training facilities (classrooms, training apparatus for fire fighters, IT training, etc.), bunkhouses, and historical buildings. The Offeror shall demonstrate knowledge of U.S. Forest Service Agency architecture, history and culture, and other architecture, history and culture that may be relevant to projects being designed in the area covered by the contract. Firms, which meet the requirements described in the solicitation are instructed to submit one (1) hard copy and an electronic copy (CD/DVD/USB) in.pdf format of the items listed below. See also Section L-4(c). • Cover Letter including company name, point of contact information to include phone number and email, DUNS number and CAGE code, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). • SF-330 Part II, General Qualifications, • SF-330 Part I, Contract Specific Qualifications, and • All requested supplemental data listed in items a-e, above. Note: Pricing information will be requested prior to negotiations from the 2-3 firms the government determines to be most highly qualified. The FAR provisions 52.212-1, 52.212-2, 52.212-3, and its addendums apply to this solicitation. Additionally, FAR clause 52.212-4, its addenda, and FAR clause 52.212-5 and any additional FAR clause cited within 52.212-5 apply to this solicitation. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size, geographic location of firm, specialized technical expertise, or other requirements listed. Questions/clarifications regarding the solicitation shall be submitted to Dindo Laxamana, Contracting Officer, dindolaxamana@fs.fed.us no later than May 21, 2018, 1:00 p.m. Pacific Time. Please ensure questions/clarifications are received before the suspense date. Questions/clarifications received after the suspense date will not be honored. The due date and time specified for receipt of offers is June 6, 2018, 1:00 p.m. Pacific Time. Electronic (email, facsimile, etc.) submissions are not authorized. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late Submission, Modifications, Revisions, and Withdrawals of Proposals." All offerors shall mail their proposal to: USDA Forest Service Attention: Dindo L. Laxamana Solicitation #1291S8-18-R-0018 1323 Club Drive, Vallejo, CA 94592-1110 Attachment #1 - SF330 Attachment #2 - Evaluation Factors Attachment #3 - Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db0630af0e7fc04a8ef86b70c244ebf1)
 
Place of Performance
Address: 1323 Club Drive, Vallejo, California, 94592, United States
Zip Code: 94592
 
Record
SN04914564-W 20180510/180508231030-db0630af0e7fc04a8ef86b70c244ebf1 (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.