Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

C -- Structural, Civil, Water, and Wastewater Design and Inspection Services

Notice Date
5/14/2020 10:57:38 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Regional Office, R1 MISSOULA MT 59804 USA
 
ZIP Code
59804
 
Solicitation Number
12034320R0003
 
Response Due
6/10/2020 12:00:00 PM
 
Archive Date
06/25/2020
 
Point of Contact
Chad Santone, Phone: 406-329-3745
 
E-Mail Address
chad.santone@usda.gov
(chad.santone@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation � 12034320R0003 Posted:� May 11, 2020 Due: June 10, 2020; 1:00 PM MT NAICS: 541330 The USDA/USFS, Intermountain Zone has a requirement for professional architect and engineering services Indefinite Delivery Indefinite Quantity (IDIQ) contract, to include structural, civil & wastewater. Interested contractors are advised that this is a 30-day pre-solicitation notice. Multiple firm fixed-price Indefinite-Delivery, Indefinite Quantity (IDIQ) contracts will be awarded to a small business under NAICS 541330, Engineering Services; size standard: $16.5�Million. The USFS anticipates awarding up to five contracts from this notice. This acquisition is being conducted under the authority of the Brooks Act, and in conformance with FAR Part 36. No solicitation will be posted to the beta.sam.gov website.� Architect & Engineer firms are advised to respond to this announcement. Instructions on what to submit are provided in the announcement text below. The duration of the contract will be for one year from the date of initial award with four, one year option periods.� The contract maximum amount is $10,000,000.00 per contract issued. The contract minimum guarantee is $1,500.00 per contract. The options may be exercised within the time frame specified in the resultant contracts at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the contract.� Firms interested in responding to this notice are reminded of the following: (1) FAR Clause 52.219-14, Limitation on Subcontracting, which establishes limits on the amount of subcontracting under a small business set aside, will be included in the resultant contract; and (2) the firm selected for award will be allowed to subcontract only with those firms agreed upon during negotiations.� See FAR 36.606(e).� Scope of Contract The intent of this contract is to obtain structural, civil, water, and wastewater design and inspection services primarily for structures and other components of United States Forest Service (USFS) transportation systems.� Consultant services may also be needed for infrastructure on USFS recreation and administrative sites. Typical projects may require design, field inspection, surveying, load rating, or engineering review for: large & small road bridges, trail bridges, aquatic organism passage (AOP) structures & associated stream work, culverts, bottomless arches, and retaining walls.� The work will include structures made of timber, steel, concrete, masonry, and earthen fill.� Structure types may include large & small trusses; suspension bridges; large & small girder structures; arches; frames; and large & small culverts.� Consultant services may also be needed for snow sheds, shelters, campgrounds, water distribution systems, stormwater systems, or wastewater systems.� This contract may also include design services for minor facility maintenance or repairs associated with USFS offices, bunkhouses, warehouses and other buildings.� Design services for major construction or reconstruction of Forest Service office buildings, bunkhouses, warehouses, and other occupied structures is not a part of this contract. Design and other consulting services may be related to new construction, condition inspection, decommissioning, reconstruction, rehabilitation, retrofit, repair, or maintenance activities.� Subsidiary design services (such as surveying; geotechnical & hydraulic engineering services; and minor mechanical/electrical design) may be required to complete a task order are included within this contract. The contract will be for multiple task orders in which work requirements will vary and be site and project specific.� Task orders under this contract may be issued by warranted Contracting Officers for projects on any USFS Unit nationwide within the limits of their Contracting Officers Warrant, (https://www.fs.fed.us/sites/default/files/guide-to-your-national-forests-small-2018.pdf).� The predominate amount of the work will likely be for the Northern Region (https://www.fs.usda.gov/detail/r1/about-region/overview/?cid=stelprdb5349452), but task orders outside the Northern Region may be issued with Contracting Officer approval.� The Northern Region (R1) includes the National Forests in Montana, northern Idaho, and the National Grasslands in North and South Dakota. The typical design services task order will be for individual projects with an estimated construction cost between $200,000 and $1M.� Design task orders for larger or smaller projects may be issued.� Projects are typically on National Forest Lands.� Project access can vary from easily accessible sites to challenging Wilderness sites where motorized activity is restricted or prohibited. The contract will be with an Architectural/Engineering (A/E) firm.� Subcontractors performing specific design services will be responsible to the prime A/E firm and design professional.� The work will be of high quality and contracted for at a reasonable price and performed in an efficient manner with a minimum number of change orders. The A/E firm will have the ability to: Manage a contract with multiple task orders running concurrently on multiple Forests across the Agency Provide preliminary and final road and bridge design services by engineers professionally licensed in the states where the projects are located Accurately estimate the cost of design and construction work Provide submittal review, construction support, and construction inspection services Provide bridge load ratings and bridge overload permit analysis Inspect, document, and provide condition reports for bridges and other structures Provide Bridge Inspection Team Leaders meeting the National Bridge Inspection Standards (NBIS) standards for that designation Provide bridge inspectors trained in Fracture Critical inspection techniques Provide engineers who are Bridge Inspection Team Leaders and are trained in rope-access methods for bridge inspection, and possessing advanced certifications from the Society of Professional Rope Access Technicians (SPRAT), the Industrial Rope Access Trade Association (IRATA), or similar organizations Provide rope access, work positioning, and rescue training to USFS bridge inspectors on projects where USFS and A/E personnel may be working concurrently Assemble customized arm�s-length rope-access strategies for incorporation into Fracture Critical Inspection Plans for bridges suitable for such access methods.� Such bridge types include trusses, tall girders, shallow girders, and suspension bridges. Manage UBIT (Under Bridge Inspection Truck) rental contracts Create customized databases and electronic field forms for bridge inspection asset management Consult the Forest Service regarding selection and development of a comprehensive Bridge Management System for our approximately 10,000 road bridge and major culvert assets nationwide Provide unmanned aerial vehicle (UAV) access techniques to supplement field inspections Provide a comprehensive suite of non-destructive evaluation (NDE) services for bridge inspection Provide remotely operated underwater vehicles (ROV), or divers for underwater bridge inspection services Provide airport engineering capabilities for heliports, airstrips, or fire depots Provide highly complex, unique bridge designs for which there are no existing code provisions Perform Project Management Perform topographic surveying Provide low-volume roads engineering Engage in Best Management Practices for low-volume road drainage Provide fluvial geomorphic surveying, evaluation, and design Provide river mechanics and hydraulics engineering services Provide structural engineering services Provide water and wastewater engineering services Provide hydraulic engineering, and hydrology services Provide environmental engineering services Provide geotechnical engineering services Provide landscape architecture services Provide construction support services including submittal review, and material testing Conduct meetings with groups ranging from forest supervisors, forest engineers, various specialists, as well as public meetings to answer project related questions � The Government will evaluate each potential contractor in terms of the following evaluation criteria, which are of equal value in the evaluation process, in order to determine the most highly qualified firms. In conducting evaluations, the Government will consider information provided by the offeror, and may also acquire and consider other information provided from references, previous and current customers, other individuals familiar with the offeror, Government databases, and publicly available sources. Professional Qualifications. Professional qualifications necessary for satisfactory performance of required services. The offeror shall submit a completed SF-330. 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. Specialized Experience and technical competence. The offeror shall provide specific information on completed projects which are similar in nature to Forest Service requirements described in this announcement. 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 work in a timely manner, and 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. Past Performance. 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 three 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. 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 within the contracts stated geographic boundaries. The Offeror shall demonstrate knowledge of areas the work may be performed; familiarity with the work sites in the area, and familiarity with the various types of work sites for which the Forest Service may require services. All information must be included in the SF 330 package and response to Evaluation Criteria. Firms shall be registered with System for Award Management (SAM) prior to responding to this notice. Any response received from a firm whom is not registered within the SAM database will not be considered by the Government. Solicitation packages are not available.� This is not a Request for Proposal. Those firms that meet the requirements of this announcement and wish to be considered must submit the SF-330 package and responses to the Evaluation Criteria identified above to the following address. Please reference Number 12034320R0003 in your cover letter or on the submittal.� Email responses will be considered. Submit email responses to chad.santone@usda.gov. Vendors are hereby cautioned that it is their responsibility, not the Government�s to ensure the submitted response is received timely. USDA Forest Service Acquisition Management �Attn:� Chad Santone 24 Fort Missoula Road �Missoula, MT 59804 Responses must be received at the above address by no later than1:00 p.m. Mountain Time on Wednesday, June 10, 2020.�� Firms not providing the required information may be negatively evaluated.� Facsimile submittals will not be accepted.� The point of contact is Chad Santone, Contracting Officer, Phone 406-329-3745 or email chad.santone@usda.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/874a2f1ea1ad42d4b62c2da6fec7c08e/view)
 
Record
SN05657384-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.