Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOLICITATION NOTICE

C -- Architect-Engineer [A-E] services. Bridge Engineering. Multiple-award Indefinite Delivery-Indefinite Quantity [IDIQ] contracts. USDA Forest Service. Region 5, California.

Notice Date
4/11/2023 11:53:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USDA-FS, CSA SOUTHWEST 6 Albuquerque NM 871023498 USA
 
ZIP Code
871023498
 
Solicitation Number
127EAW23R0014
 
Response Due
4/20/2023 3:00:00 PM
 
Archive Date
05/05/2023
 
Point of Contact
Jeremy Bedner, Phone: 5307967473
 
E-Mail Address
jeremy.bedner@usda.gov
(jeremy.bedner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
04/11/2023. Amendment 1 published. Provides answers to all questions / Requests for Information [RFIs] received. --------------------------------------------------------------------------------------------------- 03/22/2023. Solicitation Request for Proposal published. The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Pacific Southwest Region 5. This is a combined synopsis/solicitation for multiple award Architect-Engineer [A-E] services Indefinite Delivery-Indefinite Quantity [IDIQ] contracts, in accordance with Public Law 92-582 (Brooks Act) and FAR Parts 36.6 Architect-Engineer Services and 16.5 Indefinite-Delivery Contracts. The requirement is for Professional Architect and Engineering [A-E] services for Bridge Engineering. The solicitation number is 127EAW23R0014. This announcement and associated attachments constitutes the only solicitation. The North American Industry Classification System [NAICS] code for this acquisition is 541330 Engineering Services with small business size standard of $25.5M in annual revenue. The contracts are intended to be awarded during this fiscal year (2023) NLT 09/30/2023 and are anticipated to have a five-year performance period with a base year and four (4) one-year option periods. The Forest Service anticipates up to three (3) Indefinite Delivery Indefinite Quantity contracts to be awarded. The requirement is for Professional Architect and Engineering (A/E) services. The A-E IDIQ contract(s) are intended to provide Bridge-related professional structural, civil, and geotechnical engineering services. Those services include but are not limited to: the design of vehicular and pedestrian bridges; design for repair, rehabilitation, or maintenance of existing bridges; load rating and extra-legal load analysis of existing vehicle bridges; design of other related transportation structures including retaining walls, and scenic overlook platforms; and inspections of road and trail bridges. Work may include: Performing site surveys, LIDAR mapping, geotechnical investigation, retaining structures, hydrology, hydraulic engineering, structural and civil engineering design, aquatic organism stream restoration design, preparation of construction drawings, construction specifications, cost estimates, independent design checking (peer review), constructability, statements of work, shop drawing review, construction monitoring, construction materials testing and inspections submittal review, construction inspection, and related services; Engineering drafting for Forest Service designed projects; Bridge Inspections including initial, routine, damage, in-depth, fracture critical, scour, underwater, and special. Road Bridge design projects generally include new and replacement bridges with spans from 20 to 150 feet, but may include longer span bridges. Road bridges are generally designed for one lane of traffic. Projects are located with the USDA Forest Service, Region 5, which is generally within State of California, but may include projects located in Western Nevada and Hawaii. Projects are located on National Forest land and are generally located in remote or rural areas. Access to road bridge projects are generally by low standard road. Access to pedestrian bridge project sites may be by hiking trail. Individual Task Orders will be requested and issued under the IDIQ contract as program needs arise. Project requirements will vary for each task order issued. Each TO will include a specific statement of work and period of performance. The maximum per order value shall be $750K. The IDIQ contracts are anticipated to have a cumulative maximum capacity/ceiling of $5M for each contract over the 5-year performance period. The IDIQ minimum guarantee is $50K. Task Order values typically do not exceed $500K. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.� PROPOSAL INFORMATION REFER TO SOLICITATION SECTION L.1 A-B FOR THE COMPLETE PROPOSAL SUBMISSION INSTRUCTIONS AND REQUIREMENTS. Firms which meet the requirements and qualifications described in the solicitation are instructed to submit Technical Proposals comprised of: Cover Letter SF-330 Part II, General Qualifications SF-330 Part I, Contract Specific Qualifications All requested supplemental data listed under A. Technical Proposal, Criteria 1-5 NOTE: Pricing information will be requested directly by the Contracting Officer from up to three (3) the Government determines to be the most highly qualified following evaluation of the Technical Proposal. All questions, clarifications, and Request for Information [RFI] regarding the solicitation shall be submitted NLT ten (10) calendar days of the proposal due date � original or if extended via RFP amendment. � Questions shall be submitted via email to Jeremy Bedner, Contracting Officer: jeremy.bedner@usda.gov Questions submitted after this due date will not be considered by the Government for review and answer. Answers to questions submitted timely shall be posted as an amendment to the solicitation/RFP announcement on Contract Opportunities. Firms responding to this announcement before the closing date will be considered for selection subject to any limitations indicated with respect to business size, specialized technical expertise, geographic location of firm, other requirements listed herein or otherwise required for award of Federal contracts. PROPOSAL DUE DATE AND TIME:� APRIL 20, 2023. 3PM (1500) PST. Note: If the proposal due date is revised/extended, it will be indicated and incorporated via RFP amendment. It is the responsibility of interested firms to monitor this Contract Opportunities announcement for any amendments published. Attachments to this Notice 1. SF330 Architect-Engineer Qualifications 2. Complete Solicitation Request for Proposal
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d18a4fba04c433484536a318dd2e75f/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06646541-F 20230413/230411230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.