Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

C -- ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, AND INSPECTION SERVICES FOR THE NORTHEAST REGION OF US FWS.

Notice Date
6/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U.S. Fish and Wildlife Service - R5 Contracting & General Services300 Westgate Center Drive Hadley MA 01035
 
ZIP Code
01035
 
Solicitation Number
F11PS00940
 
Archive Date
6/14/2012
 
Point of Contact
Lisa Virgilio Chief, CGS 4132538243 Lisa_Virgilio@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
N/A
 
Description
The Northeast Region of the U.S. Fish and Wildlife Service, (Region 5) is seeking qualification statements from Architect-Engineer (A-E) firms for various A-E services for the states of ME, NH, VT, MA, RI, NY, NJ, CT, VA, WV, DE, PA, MD. This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This opportunity is unrestricted and is listed under NAICS Code 541330, Architect and Engineering Services. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. The prime contractor, which must be an architecture or engineering firm, must perform at least fifty percent (50%) of the work in-house. The selected firm must perform the primary Architectural and Engineering civil-structural discipline, and may employ qualified consultants or partners to perform other disciplines. Large Businesses must submit an acceptable subcontracting plan before award. All firms must declare in their proposals that they have the necessary certifications and licenses required for practice in all states in Region 5 and to stamp all contract drawings. This may be accomplished through partnering. Design services may include preliminary conceptual designs/design development; specifications; bid documents; AutoCAD drawings; specifications written in the Construction Specification Institute (CSI) format; construction costs; and time estimates and construction management services. Projects may include various combinations of architectural, interior design, landscape architecture, historical preservation, structural, civil, geotechnical, mechanical, electrical, environmental, energy management, and other engineering and technical disciplines. Investigative services may include feasibility statements, value engineering services, reports, design analyses, constructability and peer reviews, surveys, and cost estimates. Projects typically consist of : new or restoration of administration buildings, visitor centers, maintenance buildings, vehicle storage buildings, and residential quarters. Other types of projects include: alternative energy modifications or initiatives to existing facilities; LEED certified projects and process; and design work for roads, trails, observation decks, parking lots, bridges, dams, dikes, pumps, water control structures, water supply, raceways, holding ponds, boat landings, and recreational facilities. CONTRACT INFORMATION: Region 5 intends to award not more than 3 indefinite-delivery, indefinite-quantity (IDIQ) contracts under this solicitation, with a target effective date of August 30, 2011. Each contract is expected to have a five-year performance period, made up of 1 base year and 4 option years. Each contract will have a guaranteed minimum of $10,000 and an estimated maximum of no more than $ 1,000,000 annually. Loaded hourly rates (inclusive of overhead and profit) for each major discipline will be negotiated for each year of the contract. These loaded rates, combined with level of effort will serve as the basis for pricing task orders. SELECTION CRITERIA: The A-E firm must demonstrate its qualifications and the qualifications of each key team member with respect to the following criteria, which are listed in descending order of importance: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. (35%) Demonstrated specialized experience (Recent experience within the last 5 years) in the type of work or evidence of similar relevant experience in the projects described above and in: a) Conceptual design, design development/ bid documents, specifications b) Construction and design; multi-phased design and construction programs (shop drawing review, record drawings preparing, cost estimates)c) Value engineering d) Energy management, and environmental engineering; LEED certificationse) Construction Inspection Servicesf) Designs and proficiency using the most current version of AutoCADg) Evidence of experience of both the firms and key personnel knowledge of the federal acquisition processh) Studies and investigations of environment 2. PROFESSIONAL QUALIFICATIONS: (30%) Firms will be evaluated in terms of their technical competence by discipline and will factor in: education, experience, training, certification, licensing, and registrations of individual team members (highlight recent achievements within the last five years), as well as longevity of key personnel with the firm. Proposals shall demonstrate that their firm has necessary licenses and certification, as required to provide professional design services. Each design discipline shall be supervised by a licensed professional in that respective discipline. All key personnel must be professionally registered in their discipline. 3. PAST PERFORMANCE- (20 %) Past performance on Government and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E will be considered.Provide a current client reference contact for a minimum of five (5) relevant projects completed in the last two years. Provide for each project, the name, title, address, phone/fax number, and email of contact for project. If no documentation exists, so state on the SF 330. Provide a current client reference of at least one LEED Certified project. 4. CAPACITY- (15 %) Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Proposals should indicate the firm's present workload, and demonstrate the capacity to perform up to $1,000,000 of work in a one year period and to complete the work on time. The firm should also attest to their ability to administratively track and invoice for multiple task orders. SUBMITTAL REQUIREMENT: Firms desiring consideration shall respond by submitting a letter of interest along with four (4) copies of the Standard Form (SF) 330, 06/2004, Parts I and II for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Submissions must be made to: Lisa Virgilio, Contracting and General Services Division, 300 Westgate Center Drive, Hadley, MA 01035-9589 Facsimile transmission will not be accepted and will be considered non-responsive. Submissions must be received not later than 4:00 pm on July 15, 2011. Late submissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit four copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, visit http://fedgov.dnb.com/webform/ or call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. This is not a request for proposal. Questions may be directed to the point of contact for this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00940/listing.html)
 
Place of Performance
Address: ME, NH, VT, MA, RI, CT, NY, NJ, VA, WV, MD, DE, PA
Zip Code: 01035
 
Record
SN02474083-W 20110617/110615235327-7e8f33e6e7749abf13be181c3680f4fb (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 |
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.