SOLICITATION NOTICE
C -- Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Mechanical and Electrical Architect/Engineer Services. Base Year and Four (4) Option Years.
- Notice Date
- 11/8/2010
- Notice Type
- Presolicitation
- Contracting Office
- Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- F11PS00054
- Response Due
- 12/8/2010
- Archive Date
- 11/8/2011
- Point of Contact
- Richard Hillard Contracting Specialist 6127135214 Richard_Hillard@fws.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- FBO Announcement for A-E Services - Mechanical and ElectricalREQUEST FOR PROPOSAL The U.S. Fish and Wildlife Service (FWS), Region 3, is seeking the submittals of Standard Form (SF) 330 "Architect-Engineer Qualifications" for mechanical and electrical engineering. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architect-Engineer (A-E) services required are primarily for mechanical and electrical engineering including planning, design, drafting, and construction management for construction, maintenance, and rehabilitation of U.S. Fish and Wildlife Service facilities. The facilities are located at National Wildlife Refuges, National Fish Hatcheries, Research Laboratories, and other field stations in the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri. These facilities typically consist of small office buildings (approximately 3,000 sf), visitor centers (approximately 12,000 sf), bunk houses, maintenance buildings for light vehicles and equipment, vehicle storage buildings, hazardous material storage, comfort stations, and the utilities, fire, and security alarms associated with these buildings. Facilities also include dams, pumps and water supply systems. Work is primarily mechanical and electrical but may require some associated services and support personnel. On some larger projects, the A-E services may be as the Design Team member responsible for the mechanical and electrical design within the overall project. The resultant contract will be an indefinite-delivery, indefinite-quantity type contract for a base period not to exceed one year from contract award, with four (4) one-year option periods. The amount of work shall not exceed a cumulative amount of $2,000,000.00 for all performance periods combined; no single task order will exceed $200,000. In accordance with the Department of Interior Acquisition Policy Release (DIAPR) No. 2004-01, Amendment 1, this announcement is set-aside 100% for small business concerns only. The North American Industrial Classification System (NAICS) code is 541330. The Small Business Size Standard is $4.5 million in average annual receipts. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. (1) Professional Qualifications-(a) Demonstrate through past projects and training/certifications received by designers, knowledge of mechanical engineering, electrical engineering, and contract administration, and (b) Demonstrate experience and qualifications of project managers. (2) Specialized Experience and Technical Competence-(a) Describe and list size of projects which are similar to the type of FWS work described above, (b) Demonstrate experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials, (c) Demonstrate experience and technical training on photovoltaic, wind, geothermal, ground source heat pumps, and loop field design for HVAC systems, (d) Demonstrate experience meeting or exceeding ASHRAE requirements for advanced energy design, (e) Demonstrate experience with Executive Order Nos. 13514, 13423, and 13524, (f) Demonstrate experience in innovation design strategies, water saving technologies, and reduction in fossil fuel consumption. (3) Capacity to Accomplish the Work-(a) Provide number of personnel under each discipline, (b) Provide number of registered professional engineers, and (c) Provide availability and experience of CADD technicians. The evaluation will consider the availability of an adequate number of key personnel and the extent of in-house facilities verses subcontracting needs. (4) Past Performance-(a) Demonstrate performance on contracts with Government agencies and private industry in terms of innovation, quality of work, cost control, and compliance with performance schedules, and (b) Provide references to verify the quality of design. (5) Location-(a) Geographic proximity to Minneapolis/St. Paul, Minnesota, metropolitan area, and (b) List sub-offices within our 8 state region. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform the work must submit an original and three (3) copies of the SF 330 form (both Parts I and II) by close of business December 8, 2010. Submissions to be addressed to the US Fish and Wildlife Service, Region 3, Construction and Acquisition Division, ATTN Mr. Richard Hillard, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Request for Proposal-Do Not Open, No. F11PS00054. Please direct questions regarding this solicitation to Mr. Hillard at 612-713-5214 or email to Richard_hillard@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00054/listing.html)
- Place of Performance
- Address: Region 3, U.S Fish and Wildlife Service, Fort Snelling, Minnesota.
- Zip Code: 551114056
- Zip Code: 551114056
- Record
- SN02324248-W 20101110/101108234156-e6204fe56599777d270dd7ffcaef7b66 (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 |