Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

C -- Engineering Services Primarily Within Geographic Subregions in the Pacific Northwest in the States of Idaho, Oregon, and Washington

Notice Date
9/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
03CA101500
 
Point of Contact
Joe Pratt Contract Specialist 2083785139 jpratt@pn.usbr.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The NAISC code for this requirement is 541330. The Bureau of Reclamation (Reclamation), Pacific Northwest Region, Boise, Idaho, announces its intention to negotiate one indefinite delivery, indefinite quantity (IDIQ) contract for services to provide assistance on Reclamation projects, which will require multi disciplinary activities involving a variety of professional specialists in engineering 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), Department of Defense (DOD), Department of Energy (DOE), Environmental Protection Agency (EPA). The primary geographic area for these services is anticipated to be the states of Idaho, Oregon, and Washington; but could include all of the states west of the Mississippi River. The proposed IDIQ contract will be for a period of one year from the date of contract award with four 1-year option periods. The yearly total for the contract might not exceed $1 million and the cumulative amount of all Task Orders placed against the contract is not expected to exceed $10 million. The estimated date of award is January 15, 2003. The A&E selection criteria, in descending order of importance, are listed below. [Note: Criterion 1 through 4 will be evaluated in the following specific fields: (a) architecture, and (b) civil, structural, electrical, mechanical, geo-technical and environmental engineering.] (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 an emphasis in water resources development projects and construction and maintenance of water resource related infrastructure, with preference given to those with specific experience related to improving fish passage as well as stream and habitat restoration; (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; (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, subcontractor usage, etc.; (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) Firm 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. Interested offerors should submit a current Standard Form 254 for their firm and each of their proposed subcontractors, and a current Standard Form 255 describing the specific qualifications of the firm in each field. Offerors should address each selection criteria in the same order as listed above in paragraph form in Block 10 of the SF-255, with additional sheets attached as required. Clearly indicate the location of the office(s) in which the work will be performed and the experience of the personnel (current and proposed employees) proposed to perform the work and the office location of proposed staff. Five copies of the required information shall be submitted by interested offerors not later than November 1, 2002. This is not a request for proposal (RFP). For this acquisition the standard industrial classification code is C211. All responsible sources may submit a bid which will be considered. See numbered notes 24 and 26.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142510&P_OBJ_ID1=18480)
 
Place of Performance
Address: Pacific Northwest Region
Zip Code: 83706
Country: USA
 
Record
SN00177679-W 20020929/020927213556 (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  © 1994-2020, Loren Data Corp.