Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

C -- Architect and Engineering Services for Planning Services for Projects located in the Fish and Wildlife Service areas.

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
601812R807
 
Response Due
9/25/2002
 
Point of Contact
Dianne G. Hall Contracting Officer 3032365412232 dianne_hall@fws.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Indefinite Quantity Indefinite Delivery (IDIQ)Architect and Engineering Services are being sought for Natural Resource and Conservation Planning Services for projects located in Fish and Wildlife Service areas throughout Region 6 which consists of Colorado, Kansas, Montana, Utah, North Dakota, South Dakota, Wyoming and Nebraska. All questions and responses to this synopsis shall be directed to the attention of Mr. Derek C. Reed, Contract Specialist, Phone 303-236-5412 extension 229. The United States Fish & Wildlife Service (USFWS) Region 6, is seeking qualified Hubzone firm(s) with specialized expertise in natural resource and conservation planning to perform an IDIQ contract for miscellaneous small and large projects throughout the Mountain-Prairie Region 6 of the USFWS. The Government may elect to award a single contract or multiple contracts to two or more qualified sources under this solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform work. Each responsive, responsible Hubzone offer received willl be considered for multiple contract award. The Government will use such factors as past performance, quality of deliverables, or other factors that the Contracting Officer, in the exercise of sound business judgment believes are relevant to the placement of delivery orders. The selected team shall be predominately a planning firm specializing in natural resource and conservation planning. The firm should have relevant and good experience and expertise in performing various types of planning projects including: wildlife and habitat management, land use, site planning/analysis, conceptual and schematic site design, visitor services, fire management, transportation, community, outdoor recreation, and interpretive planning. In addition to natural resource and conservation planning services, incidental services from other disciplines or consultants may include: natural resource specialist (biology, hydrology, geology, botany, etc.); cultural resource specialist (history, archeology, anthropology, etc.); socio-economists (regional and community economic modeling, visitor use surveys); landscape architect (project scoping and programming, land use planning, design charettes, alternatives development, site planning/analysis, site design, preliminary cost estimates, code research and analysis, freehand and computer-generated graphics, color perspectives); graphic illustrator (freehand and graphic software programs including CorelDraw, Adobe Illustrator, Adobe Photoshop); geographic information specialist (ArchView, ArcGIS, Mr. SidGeo, Erdas Imagine); and writer/editor (WordPerfect, PageMaker). The firm should also have experience in designing and using interactive web pages. Proposed work will not exceed a period of five years and duing that duriation the contractor(s) will be required to perform the managing of multi-disciplinary team(s) from within the firm or in conjunction with subconsultants and/or USFWS professionals. The North American Industrial Classification Code for this acquisition is 541330. The firm will need to have direct contact with federal, state and/or local regulatory agencies to assure compliance with regulations, codes and policies. The firms submitting should also convey their sensitivity to USFWS values and standards, and show demonstrated experience in their ability to analyze, utilize and incorporate sustainable design principles in planning efforts. By definition, this term means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design minimizes the short and long term environmental impacts of development activity through resource conservation, recycling and the utilization of energy efficient and ecologically responsible materials and techniques for refuge management and development. All work will be guided by USFWS policies and directives. Projects may include but are not limited to: A. Comprehensive Conservation Plans or their components (i.e., public scoping, natural, cultural, and historic resource studies and surveys, vision, goals, & objectives development, alternatives development, impact(s) assessment.) B. Public Involvement and working with communities (i.e., facilitation of workshops, newsletters, workbooks, interactive web pages, alternatives development/design charettes, and public display graphics.) C. Preparation of Environmental Documents (i.e., categorical exclusions, environmental assessments, environmental impact statements and Federal and state permits and various sections thereof, to meet the requirements of the National Environmental Policy Act, the Clean Water Act, Endangered Species Act, the National Historic Preservation Act, and other laws, executive orders, regulations, and guidelines as appropriate.) D. Step Down Management Plans (i.e., conceptual site development plans, habitat management plans, fire management plans, public use plans, etc.) E. GIS Support(i.e., data acquisition, map compilation, meta data creation, archival and distribution, vegetation mapping, etc.) F. Preparation of Cultural Resources Documents (i.e., assessment of effects forms, case reports, agreement documents which meet the requirements of the National Historic Preservation Act, The Advisory Council on Historic Preservation, the National Conference of State Historic Preservation Officers, the Native American Graves Protection and Repatriation Act and implementing regulations, and other applicable legislation and standards.) The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms. 1. Professional qualifications (education and applicable work experience) of the firms and staff proposed for the performance of desired services as described above. 2. Specialized and recent experience and technical expertise in conducting the aforementioned planning in naturally and culturally sensitive areas in a broad range of environments. 3. Capacity to schedule projects and accomplish more than one project at a time within the desired time schedule. 4. The ability to communicate verbally, in writing and in person on a daily basis with the professional project management and planning staff located in Denver, Colorado, as well as Refuges and Partnership Groups located within USFWS Region 6. 5. Familiarity with the use of Geographic Information Systems, as well as the demonstrated ability to provide graphic and visual simulation technology. The term of each contract shall be one year with four one-year options. Each prime firm awarded a contract is guaranteed a minimum of $25,000 during the life of the contract. The total of all work per year will not exceed $2,000,000 and each delivery order will not exceed $500,000. This project is a 100% Hubzone set-aside. Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm and a Team Standard 255 in an original only and four copies. Submission of additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on Standard Forms 254/255. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents will be submitted. Responses must be received before 5:00 p.m. 30 calendar days from the date of this publication (first work day following a weekend or holiday) in order to be considered for selection. All questions shall be submitted in writing and faxed to the attention of Mr. Derek C. Reed at (303) 236-4791. This is not a Request for Proposal.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144856&P_OBJ_ID1=86484)
 
Place of Performance
Address: North Dakota, South Dakota, Kansas, Montana, Nebraska, Colorado, Wyoming and Utah
Zip Code: 80225
Country: USA
 
Record
SN00150321-W 20020828/020826213727 (fbodaily.com)
 
Source
FedBizOpps.gov 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.