Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

C -- C--Multiple Award Task Order Contract (MATOC) for Geotechnical Engineering Service

Notice Date
4/22/2021 5:26:13 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FWS NORTHEAST REGIONAL OFFICE HADLEY MA 01035 USA
 
ZIP Code
01035
 
Solicitation Number
140F0521R0005
 
Response Due
1/22/2021 2:00:00 PM
 
Archive Date
02/06/2021
 
Point of Contact
Mark Tapp
 
E-Mail Address
140F0521R0005@fws.gov
(140F0521R0005@fws.gov)
 
Description
PRE-SOLICITATION NOTICE This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. Pre-Solicitation Notice for Solicitation number: 140F0521R0005 ORGANIZATION: U.S. Fish and Wildlife Service PRIMARY NAICS CODE: 541330 - Engineering Services - Size Standard - $16.5 million No Awards will be made from this announcement. Competition Requirements: Total Small Business Set-aside Procurement Method: FAR 36.6- Architect-Engineering Source Selection Process: FAR 36.6- Architect-Engineering and Brooks Act Selection Procedures Type of Contract: Firm Fixed Price, IDIQ The intent of this pre-solicitation is to notify potential offerors of a total Small Business set-aside Firm Fixed Price Multiple Award Task Order Contract (MATOC) for Architectural & Engineering Services. These MATOC�s will be available to all DOI bureaus and Forest Service for use and will incorporate the needs of all bureau GAOA projects. These MATOC�s will also be used for other Architectural & Engineering requirements by all Bureaus as needed (i.e., disaster recovery and planned deferred maintenance). The primary area of coverage will be the continental US and Hawaii in any state or US territory for Department of Interior U.S. Fish and Wildlife Service, National Park Service, Forest Service, and Bureau of Land Management. Work will be performed on land owned, leased, or with use agreements located in any state or US territory. Project sites may occur on tribal or tribal reservation land and require employment rights compliance. Typical work under the contract will include but will not be limited to geotechnical engineering of road structures, bridge structures, building and non-building structures and their Foundation Systems. Ability to perform Topographic Surveying Services and Wetland Delineation Surveying Services for developing, preparing, and submitting background base maps for project areas to include but not be limited to background base maps for proposed exploratory drilling, soil sampling, and test pit excavation plans. Development of design parameters and specifications for a variety of non-complex and complex structures and site construction projects and the ability to oversee and effectively manage construction and restoration activities prior to and during construction. Collection and analysis of data necessary for planning and oversight of building and site construction projects and an understanding of building and site construction projects and their interaction with regional on-site soils and regional geology. Performing field verification site visit, site assessments, site evaluations, site investigations and in developing, preparing, and submitting Geotechnical Engineering Reports. Comprehensive geotechnical investigations of project sites in order to characterize the materials and conditions that will be encountered during any construction and operation of the project, their nature, variability, extent and any special requirements to be observed. The investigation should be undertaken in a systematic manner to minimize the likelihood of contract variations arising from unexpected conditions. The detail of the investigation should be commensurate with the potential risks, hazards and complexity of the project. Where changes of soil type are encountered, the investigations should determine the boundaries and depths in sufficient detail to enable the extent of appropriate design units and design treatments to be determined. Professional interpretation of the results and preparation of a geotechnical reports. Coordinating and validating utility locations prior to commencing with any investigation. The Government intends to award multiple contracts resulting from this solicitation in accordance with Federal Acquisition Regulations (FAR) Part 36.6 A-E and the Brooks Act selection procedures. Evaluation and selection will be based on the most highly qualified firms and the firms� proposed teams upon evaluation of the selection criteria stated in the solicitation. The term of the contract shall include a base period of 1 year with options for four (4) additional one (1) year periods. Total contract amount is estimated at $25 million over 5 years. Typical Task Orders range will be from $5K to $20K with few up to $100K. The Request for Proposal (RFP) will be issued on or about May 10, 2021 with proposals due approximately June 10, 2021. All documents will be in Adobe Portable Document Format (PDF) and downloadable from the Beta.SAM website located at https://www.beta.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. There will be no paper copies of the solicitation distributed. All solicitation information will be obtained through the beta.SAM.gov website. No response to this notice is necessary. This notice does not obligate the Government to award contracts, and it does not obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit any requested information and/or proposal. Any questions, Requests For Information (RFIs), etc., relating to the upcoming solicitation must be submitted in writing to the individuals designated in the solicitation. Telephone requests for packages, questions, RFIs, etc. WILL NOT be accepted. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government In accordance with FAR 52.204-7. In accordance with FAR 36.601-4(b), the A-E firm must be a registered/licensed architectural and/or engineering firm as applicable in locations where work will be performed to eligible for award. For additional information, go to https://www.sam.gov. Please direct any questions regarding this notice to: 140F0521R0005@fws.gov. Include the reference number (140F0521R0005) in the subject line
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0c2938d64f24a1fba093f29337765da/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05980181-F 20210424/210422230112 (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  © 1994-2020, Loren Data Corp.