Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2003 FBO #0497
SOLICITATION NOTICE

H -- Professional Services of Geotechnica, and Construction Materials Analysis and Testing-- Indefinite-Delivery, Indefinite-Quantity Contract

Notice Date
4/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
PresolicitationR10323
 
Archive Date
6/11/2003
 
Point of Contact
Sarah Langston, Contract Specialist, Phone 406-329-3657, Fax 406-329-3536, - Leta Wicka, Purchasing Agent, Phone 406-329-3148, Fax 406-329-3536,
 
E-Mail Address
slangston@fs.fed.us, lwicka@fs.fed.us
 
Description
Presolicitation number R1-03-23 - The USDA Forest Service, Region One has a need for award of one region-wide Indefinite Delivery - Indefinite Quantity Contract for Professional *Geotechnical, Construction Materials Testing* Services. ** The scope of this contract includes professional services and related work in compliance with its terms, specifications, and provisions. Task Orders awarded under this contract shall be written using performance-based methods and shall require the contractor to include furnishing labor, equipment, supervision, transportation, operating supplies, and incidentals. ** The contract period of performance will be for one base year with a government option for four *4* additional one-year periods. The contract will not exceed $480,000.00 over the life of the contract. Individual task orders will be issued under the contract and will be negotiated as separate stand-alone activities. A Task Order for any activity will generally not exceed $40,000.00. A Firm Fixed-Price Contract is proposed. A minimum guaranteed amount of $10,000.00 is guaranteed during the life of the contract to include any or all option years. Selection of the firm will be IAW Subpart 15 of the Federal Acquisition Regulation, and USDA AGAR and Forest Service Supplements thereto, Award will be based on the following three evaluation factors. Technical and Past Performance are equal. Price will be evaluated but not rated. Tradeoffs within the two technical evaluation factors *Technical and Past Performance* will be used along with price to determine a Best Value award. Further information will be available in the Request for Proposal solicitation. *** I. TECHNICAL QUALIFICATIONS AND EXPERIENCE: a. Professional Qualifications necessary for satisfactory performance of required services; b. Specialized Experience and technical competence in the type of work required under this contract to include, but not limited to construction material testing, construction inspection, and geo-technical investigation on various National Forest Service Road *NFSR* tasks and testing in the Northern Region *R1* including Northern Idaho, Montana, North Dakota, and South Dakota. The Contractor must be registered/licensed within the state. The Contractor must perform all facets of the work such as surveying the problem, recommending a solution, and correction of the problem in a timely manner. The Contractor must perform the work under this contract that is related to the following typical areas; however, this list is not all inclusive: 1* Routine laboratory materials testing; 2* mix design testing 3* Field construction inspection and reporting; 4* Dust abatement materials testing; 5* Pavement investigations, testing, analysis, and design *not architectural*; 6* Geo-technical investigations, testing, analysis, and design *not architectural*. c. Capacity to Accomplish the work in the required time; d. Location in the general geographical area of the USDA Forest Service Region One and knowledge of the locality of the work activities. ** II. PAST PERFORMANCE: a. Details of current and completed contracts with government agencies and private industry delineated and evaluated in terms of: i. cost control, ii. quality of work, and iii. compliance with performance schedules; ** III. PRICE: Loaded Labor Rates, Direct Costs, and Evaluated Transportation Costs that must be based upon Federal Travel Regulation Rates and policies. *** This announcement is open to firms regardless of size. Qualified small business and minority firms are encouraged to participate. The small business size standard classification is North American Industry Classification System *NAICS* 541990 All Other Professional, Scientific, and Technical Services; and 541380 Testing Laboratories *$6,000,000*. THIS IS NOT AN ARCHITECTURAL ENGINEERING EFFORT. *** Proposals must be developed in accordance with Section L of the RFP. This is NOT the RFP solicitation. An electronic solicitation will be provided after April 17, and will permit offerors a minimum of 30 days to prepare their proposals. *** The estimated contract start date is mid-June 2003. *** Firms and their consultants desiring consideration must submit a Technical Proposal, and a Business/Price proposal in accordance with the Request for Proposal solicitation that will be available from the FBO website after April 17, 2003. Please register to receive email notices of any actions concerning this announcement and for the forthcoming solicitation package in the Federal Business Opportunities at www.eps.gov. All interested parties may be registered in the Central Contractors Registration *CCR* or SBAs Pronet databases. Applications for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. ** Point of contact mailing address: Contracting Officer *Langston* USDA Forest Service, Region One, PO Box 7669, Missoula, MT 59807. POC Sarah Langston 406-329-3657 or Leta Wicka at 406-329-3148. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL SOLICITATION.
 
Place of Performance
Address: including Northern Idaho, Montana, North Dakota, and South Dakota, USDA Forest Service, Region One (Acquisition Management), PO Box 7669 (Langston), Missoula, MT
Zip Code: 59807
Country: United States
 
Record
SN00299367-W 20030411/030409213315 (fbodaily.com)
 
Source
FedBizOpps.gov 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.