SOURCES SOUGHT
C -- Architect-Engineering Services for Idaho, Oregon, Washington & Architect-Engineering Services for Anadromous Fish Habitat Improvement Projects in Idaho, Oregon, Washington
- Notice Date
- 9/11/2012
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- R13PS10003
- Response Due
- 11/14/2012
- Archive Date
- 9/11/2013
- Point of Contact
- Joseph Pratt Contracting Officer 2083785139 jpratt@usbr.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
- Partial Small Business
- Description
- The principal NAICS code for this requirement is 541330 and this acquisition is being conducted as partial small business set-aside pursuant to FAR Part 19.502-4. A) The Pacific Northwest Regional Office (PN Region) of the U.S. Bureau of Reclamation intends to award one or more general purpose indefinite delivery, indefinite quantity (ID/IQ) contracts for engineering and other professional services in the states of Idaho, Oregon, and Washington in support of the PN Region's programs. These contracts will require civil, structural, electrical, hydraulic, hydrologic, and mechanical engineering expertise plus expertise in architecture, the environmental, natural, physical and social sciences, planning, economics, cost estimating, construction oversight, and project management. B) We also intend to award one or more ID/IQ contracts specifically for anadromous fish habitat improvement projects in the States of Idaho, Oregon, and Washington. The anadromous fish habitat improvement contract(s) will require expertise in hydrologic/hydraulic engineering and numerical modeling, process geomorphology, stream rehabilitation, sediment transport analysis, anadromous fish habitat biology, aquatic ecosystem functionality, project planning, permitting and project management. The intent of the general purpose contract(s) will be to provide assistance on PN Region projects, which will require multi- disciplinary activities involving a variety of professional specialists in engineering and planning as well as support functions in areas such as economics, environmental, natural, physical, and social sciences. The projects for which these services are required will primarily be located within Reclamation's Pacific Northwest Region; however, they could also include Reclamation's other Regional Offices and Denver Offices, as well as programs for which Reclamation is performing technical support services, e.g. Natural Resources Conservation Services (NRCS), Bonneville Power Administration (BPA), and other Dept. of Interior Agencies. Instances of work outside the PN Region will be rare and the primary geographic area for these services is anticipated to be the states of Idaho, Oregon, and Washington. The intent of the anadromous fish habitat improvement contract(s) will be to support the PN Region of Reclamation's efforts in improving fish habitat conditions within the Interior Columbia River basins and similar efforts in other Reclamation Regions. Instances of work outside the PN Region will be rare and the primary geographic area for these services is anticipated to be the states of Idaho, Oregon, and Washington. All proposed IDIQ contract(s) will be for a period of 1 year from the date of contract award with four 1-year option periods. Only firms with Registered Professional Engineers licensed in the states of interest where work will be conducted will be considered. The cumulative amount of all Task Orders placed against each general purpose contract(s) is not expected to exceed $25 million and the cumulative amount for Task Orders under each anadromous fish habitat contract(s) is not expected to exceed $15 million. It is Reclamation's intent to award up to 6 multiple ID/IQ contracts, 3 general purpose and 3 anadromous fishery habitat improvement contracts, including at least one award to a small business offeror, but we reserve the right to award more than 6 contracts, fewer than 6 contracts, or no contracts if it's determined to be in Reclamation's best interest. The estimated date of awards are February through April 2013. The A&E selection criteria are listed below. [Notes: A) for the purposes of awarding the general purpose contract(s) Criterion 1 through 4 will be evaluated in the following specific fields: architecture and civil, structural, hydrologic, hydraulic, electrical, mechanical, geo-technical, geomorphologic, and environmental engineering and related services such as environmental, natural, physical sciences and project management and; B) for the purpose of awarding the anadromous fish habitat improvement contract(s) Criterion 1 through 4 will be evaluated in the following specific fields: hydraulic engineering and modeling, process geomorphology, stream rehabilitation design, sediment transport analysis, anadromous fish habitat biology, fish habitat improvement project planning/permitting, and project management] Selection Criteria for all contracts: (1) Professional staff qualifications including education, work experience, and registration status of personnel and an adequate number of professional staff in the specific fields as stated above; (2) Specialized experience and technical competence in the planning and design of projects related to the specific fields of engineering and of similar magnitude and nature as required under this acquisition, [with preference given for an emphasis in water resources development projects and construction and maintenance of water resource and electric power production infrastructure for the general purpose contract(s) and with preference given to those with specific experience related to improving fish passage as well as stream and habitat rehabilitation for the award of the anadromous fish habitat contract(s)]; (3) Demonstrated corporate capability which reflects the capacity to accomplish the work in the required time, including adequate physical and technical resources considering numerous task orders may be executed simultaneously throughout any of the states in the Pacific Northwest; Only firms with the capability of producing required data using Autodesk Civil 3D 2012 software (configured with the PN Region's standards and using PN's standard operating procedures) will be considered. (4) Evidence of project management philosophy and operating procedures which resulted in an efficient, and appropriate technical approach to tasks to be performed, with regard to project team structuring, client interface, subcontractor usage, stakeholder collaboration, etc.; also indicate how you plan to provide services in a cost-effective manner. (5) Demonstrated contract management capability which reflects good past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (6) Firms located in the general geographical area of Reclamation's Pacific Northwest Region (with preference given to firms having an office within the local commuting area of Boise, Idaho for the general purpose contract(s)). Firms qualified and interested in providing professional services of the types listed above are hereby invited to submit: Standard Form 330 (SF 330), "Architect-Engineer Qualifications," Part I and SF 330 Part II. An Adobe Acrobat version of the SF 330 form is available at www.gsa.gov. Firms submitting offers for the non-set-aside (full and open) contracts may propose for one or both types of contract(s): general purpose A&E or anadromous fish habitat improvement A&E but the firm (or team) must be able to cover all areas of the PN Region for the type of work they are interested in performing (general purpose A&E or fish habitat A&E) and provide coverage for all of the engineering disciplines and technical services requried. Firms submitting offers for the small business set-aside contract(s) should submit packages that detail the specific areas of the PN Region for the type of work they are interested in performing (general purpose A&E or fish habitat A&E) and which list the specific engineering disciplines and technical services they can provide.. Note: the contracts will include the clause at 52.219-14 entitled 'Limitations on Subcontracting'. When preparing your submission, all offers are cautioned to be sure to consider all aspects of each evaluation criteria. Additional sheets may be used to address all evaluation criteria relative to the required services. Following the initial evaluation of the qualification and performance data submitted, discussions will occur with firms considered to be the most highly qualified to provide the services. Negotiations will occur beginning with the most preferred firm(s) in the final selection. If a mutually agreeable contract can be reached, then award will be made. If not, then negotiations with that firm will be terminated and the next most preferred firm would be contacted for negotiation. Please submit 6 copies of the above information to: U.S. Bureau of Reclamation, Pacific Northwest Regional Office, 1150 N. Curtis Road, Boise ID 83706-1234, ATTN: PN-3715, Contracting Officer; include Solicitation No. R13PS10003 on the outside of the package. Offerors submitting offers for the small business set-aside contract(s) should indicate this in Block 1 of the SF 330 form. Please do not submit any work samples at this time. Reclamation reserves the right to request work samples during the evaluation process. To be considered, all material must be received by 4 PM local time in Boise ID on November 14, 2012. Reclamation plans on hosting a pre-proposal conference at 2 PM local time on October 10, 2012, at the PN Regional Office in Boise ID. Additional information about the pre-proposal conference will be made available after September 24 on our website at http://www.usbr.gov/pn/contracts/index.html. The small business size standard for this acquisition is $13 million in gross annual receipts averaged over the previous three 1-year accounting periods. This requirement is a partial small business set-aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2bd3d2de2e3cf14a1471f2e7612f3a61)
- Record
- SN02877045-W 20120913/120912000746-2bd3d2de2e3cf14a1471f2e7612f3a61 (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 |