SOLICITATION NOTICE
C -- ARCHITECTURAL ENGINEERING SERVICES
- Notice Date
- 3/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-9A63-S-10-0028
- Archive Date
- 5/31/2010
- Point of Contact
- Matthew Gagnon, Phone: 530-478-6826, Diane J. Jones, Phone: 530 478-6125
- E-Mail Address
-
matthewgagnon@fs.fed.us, djjones@fs.fed.us
(matthewgagnon@fs.fed.us, djjones@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope of Work: Types of services will primarily include architectural-engineering (A-E) services required by the USDA Forest Service for projects located in the area specified in the two zones below. The required services shall include, but are not limited to surveys, reports, concept studies, design criteria development, schematic design, design development, renderings, drawings, specifications, cost estimates, shop drawing review and approval, construction monitoring, and inspection services as may be required under each task order. The geographic locations for the required services are the Northern and Central Zones. Northern Zone: Includes the following National Forests: Six Rivers NF, Klamath NF, Shasta-Trinity NF, Mendocino NF, Modoc NF, Lassen NF Central Zone: Includes the following National Forests: Plumas NF, Tahoe NF, Eldorado NF, Lake Tahoe Basin Management Unit, Stanislaus NF, Inyo NF This acquisition is set-aside 100% for small businesses in NAICS 541310 and 541330. The Forest Service anticipates 3-5 multiple awards of Indefinite Delivery, Indefinite Quantity contracts with a base year and options to extend the contract for two additional one-year periods. There is a minimum guarantee of $2,500 over the course of the contract. The minimum order total is $2,500. The maximum ordering limit per contract per year is $330,000. The maximum total contract value for the base and option periods is $990,000.00. Only those firms awarded contracts under this solicitation will be allowed (not required) to submit quotes on all work offered. Firms qualified and interested in providing professional Architectural and Engineering services of the type listed above are hereby invited to submit Standard Form 330, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement on or before the closing date will be considered for selection, subject to any limitations indicated with respect to geographic location of firm, specialized technical expertise of other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation of individual task orders. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualification necessary for the satisfactory performance of the type of professional services required, that include: The following criteria will be applied in relative order of importance: 1.Specialized experience, technical competence, education, and professional registration of personnel proposed for assignment to this contract in primarily rural/mountainous; facility (light commercial), site, infrastructure and road design and evaluation (40%): Specialized experience and technical competence of proposed project personnel, including subcontractors and consultants in the following: -Architectural, landscape architectural and engineering project planning, scoping/programming, analysis, design, drafting, construction drawings and specifications, and cost estimating for facility and site design and evaluation, including LEED certification, Historic Preservation/Restoration and Evaluation experience. -Engineering project planning, scoping, analysis, design, drafting, construction drawings and specifications, and cost estimating for rural road design including AOP Stream Simulation Survey and Design. -Construction administration of the aforementioned including inspection, submittal review, change orders, and as-built drawings. -Determination and documentation of existing damage, scope and cost of temporary and permanent repairs and any proposed betterments needed for Damage Survey Reports on existing forest roads and infrastructure. -Bridge inspection: qualified under the requirements of the National Bridge Inspection Standards (NBIS) CFR Title 23 section 65o subpart C. The NBIS qualifying bridge inspection experience shall include timber, steel and concrete bridges. -Transportation Planning including working knowledge of INFRA database and GIS, experience in the preparation of USFS road maintenance packages and associated software, Road Specifications and Timber Sale contract specifications and clauses as well as Trimble GPS equipment. 2.Professional qualifications of the firm necessary for satisfactory performance of required services (25%): A:Experience, technical competence, demonstration of interdisciplinary coordination and reputation/professional standing of the firm and subcontractor firms in comparable work. B:Project management philosophy & operating procedures to result in efficient, appropriate technical approach to tasks to be performed with regard to project team structuring, interdisciplinary coordination, subcontractor usage, etc., including planning, organizing, execution, tracking, scheduling, and cost control ( C.Professional licensing to practice architecture, landscape architecture and engineering in the State of California 3.Past performance on comparable contracts with the U. S. Forest Service and/or other government agencies and private industry (15%): A:Quality of work including completeness, technical adequacy, accuracy, organization, and interdisciplinary success on those projects submitted for the purpose of providing references B:Compliance with performance schedules on those projects submitted for the purpose of providing references C.Cost control on those projects submitted for the purpose of providing references 4.Geographic experience within and proximity of the office that will perform the majority of the work to Northern California (15%): A.Experience and technical competence to provide complete design services within Northern and Central California. Please discuss capability of working and knowledge in each zone. B.Location of the firm, including subcontractors and consultants. 5.Adequacy of resources and priority/commitment of the firm and its proposed subcontractors to perform in this contract (5%): A:Adequacy of resources (personnel, equipment, financial stability) of the firm. B:Priority and commitment of the firm and proposed subcontractors to perform this work on schedule within present workload. Please submit Three (3) complete copies of the above information, Please refrain from submitting work in binders, folders, bindings and color graphics, as copies will be replicated/copied as necessary. Your responses are limited to 30 pages per offeror, including the SF 330. If more pages are submitted the first 30 pages in the offer package will be evaluated, the remaining pages will not be reviewed. Facsimile responses are not allowed. The only acceptable methods are by US Mail, FEDEX, UPS, DHL, other overnight service, and/or hand delivery. All interested offerors must submit their completed SF-330 and any additional supporting documents addressing the factors requested, to the USDA Forest Service, Region 5/IBET Province, Acquisitions, 631 Coyote Street, Nevada City, CA 95959, ATTN: Matthew Gagnon, not later than close of business (4:30pm Pacific) on 4/22/2010. The offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov. The primary firm must also be registered in the Database at www.ccr.gov and have a DUNS number. Contracting Office Address: 631 Coyote St Nevada City, CA 95959 Place of Performance: Projects could be located on one of several National Forests in Northern and Central California including the Klamath, Mendocino, Shasta-Trinity, Six Rivers, Lassen, Modoc, Plumas, Inyo, Eldorado, Stanislaus, and Tahoe National Forests and the Lake Tahoe Basin Management Unit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-10-0028/listing.html)
- Place of Performance
- Address: Northern and Central Zones, Nevada City, California, 95959, United States
- Zip Code: 95959
- Zip Code: 95959
- Record
- SN02097865-W 20100321/100319235353-45db245a8b83756cc2faf292114800d5 (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 |