SOLICITATION NOTICE
C -- C--Indefinite Quantity Indefinite Delivery Architect-Engineering Contract
- Notice Date
- 1/20/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Fish & Wildlife Service - R7 Contracting & General Services 1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
- ZIP Code
- 99503
- Solicitation Number
- 701814R010
- Response Due
- 2/18/2004
- Archive Date
- 1/19/2005
- Point of Contact
- Sheri A. Della Silva Contracting Officer 9077863436 sheri_dellasilva@fws.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLCITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF254 AND SF255 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using the Brooks Act procedures. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310. The proposed procurement will result in the award of one fixed-price indefinite quality indefinite delivery contract. INTENT: The successful Architect/Engineer shall serve the Division of Engineering which provides technical support for maintenance and capital improvement projects on Fish and Wildlife Service (Service) facilities at various field stations on National Wildlife Refuges throughout the State of Alaska. PROJECT DESCRIPTION: This contract will procure those services which are required for the preparation of planning studies, plans and specifications, cost estimates, surveying, soils investigations, contamination surveys, interpretive design, construction management services, field inspections and reports and interior design services. Major disciplines are: Landscape Architectural; Civil, geotechnical and surveying; Architectural and interior design; Structural; Mechanical; Electrical; Interpretive design. Service facilities are located at, but not limited to Bethel, Bettles, Cold Bay, Dillingham, Fairbanks, Galena, Homer, King Salmon, Kodiak, Kotzebue, McGrath, Soldotna, Tok, Juneau, Ketchikan. More remote sites include Adak, Arctic Village, Chignik, Chevak, Ft. Yukon, Kaktovik, Karluk Lake, and Selawik. Numerous cabin and other assets and sites are located within Refuge boundaries throughout the State of Alaska. COST INFORMATION: The contract minimum guarantee shall be $250.00. Individual Delivery orders can vary from as little as $200 up to $750,000. DURATION: The duration of the contract shall be a base year plus four option years. SPECIAL TERMS: Joint Venture or prime/consultant team arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. A/E firms which meet the requirements described in this announcement are invited to submit a completed SF254 and SF255. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. This plan is not required with this submittal. EVALUATION: Evaluation of the selection criteria listed below will be based upon the proposed team's ability to meet the primary criteria, items one through seven, as refined in each bullet. Proposals will be scored independently against each criteria. Criteria is listed in descending order of priority. SELECTION CRITERIA: 1) Specialized experience and technical competence: a) Architectural and Engineering design in arctic and sub-arctic environments. b) Familiarity with Alaska foundation types needed in poor soils and permafrost. c) Uniform Federal Accessibility Standards (UFAS), American National Standards Institute (ANSI) 117, and Americans with Disabilities Act compliance measures. d) Experience with the State of Alaska, Title 16, Department of Governmental Coordination (DGC), Coastal Zone Management (CZM), and Department of the Army Corps of Engineers permitting offices. e) Natural landscape experience and riverbank protection/stabilization methods. f) Knowledge of Federal Management Administration (FEMA) 178, 310, & 273 procedures on structural analysis. 2) Professional Qualifications for satisfactory performance of required services: a) Show qualifications and experience for each major discipline of service (as listed in the Project Description above). b) Individual team members shall be those proposed as key personnel for the work, and not necessarily company heads. c) Indicate the proposed team's history working together. d) Efficiency of team composition. 3) Past Performance: a) Quality of work (list names of the owner's on-site construction representative and the construction contractor's on-site superintendent as references for ten applicable projects). b) Compliance with performance schedule (list original design contract duration and compare to final actual design duration for the same ten projects). c) Accuracy of construction cost estimates during design (detail final design construction estimate, and compare with final total construction cost of facility. List amount of construction change orders attributable to contract documents for the same 10 projects). d) Ability to stay within design budget and scope (list original design contract amount and final design contract amount for the same ten projects). e) Satisfaction of end user (list current building managers as references for the same ten projects). f) Capacity to work effectively with owner/owners representative (list owner's design project manager as reference for the same ten projects) Examples of past projects of similar scope in similar locations should be provided and contacts/references indicated above should be for those projects. We want to contact the "front-line" people that were "in the trenches" during design and construction. 4) Acceptability under other criteria: a) Experience with FEMA and IBC 2000 seismic requirements as they apply to buildings and other structures. b) Experience in project planning, programming and budgeting. c) Experience in the incorporation of interpretive design parameters into hard design. 5) Location in the general geographical region of the proposed work and knowledge of the local area: a) Rural Alaskan project experience in small hub communities not on the road or ferry systems. b) Urban Alaskan project experience in small communities on the road or ferry systems. c) Location of office in relation to State of Alaska project locations. 6) Capacity to accomplish work in the time required: a) List all current contractual commitments. b) List possible commitments on which you've proposed and/or been short-listed. c) List the normal scope or cost range of most of your projects. 7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design: a) Experience with commonly used materials specifying recycled content. b) Experience with "Zero Cost" approach to specifying materials with recycled content. c) Experience with technically simple energy efficiency. SUBMISSION INFORMATION: See Numbered Note 24 for general submission requirements. Interested firms have the capabilites to perform this work must submit three copies of SF255. A SF255 must be submitted for prime and joint ventures and a SF254 must be submitted for prime, joint ventures, and consultants, not later than the close of business on the Febuary 18, 2004. On the SF255, Block 9, provide contract award dates for all projects listed in that section. The SF255 and SF254 shall clearly indicate staffing of the office indicated to perform the work. One Selection Board will be conducted for this solicitation. Interviews will be conducted with the short listed firms. Submit all responses to: U.S. Fish and Wildlife Service, Attn: Sheri' A. Della Silva, 1011 East Tudor Road, Anchorage, Alaska 99503-6199. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact: CCR Web site at www.ccr.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144857&P_OBJ_ID1=166842)
- Place of Performance
- Address: Anchorage, Alaska
- Zip Code: 995036199
- Country: USA
- Zip Code: 995036199
- Record
- SN00506865-W 20040122/040120212256 (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 |