Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

C -- Architectural/Mechanical Design/Build Services Indefinite Delivery, Indefinite Quantity (IDIQ)

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-04-09
 
Response Due
3/22/2004
 
Archive Date
4/6/2004
 
Point of Contact
Sarah Langston, Contracting Officer, Phone 406-329-3657, Fax 406-329-3682, - Mary Fields, Procurement Technician, Phone 406-329-3636, Fax 406-329-3536,
 
E-Mail Address
slangston@fs.fed.us, mfields@fs.fed.us
 
Description
The USDA Forest Service – Northern Region anticipates awarding up to two Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for design build architect-engineer (A-E) services. The contract shall be a Design/Build arrangement with the design professional as the primary contractor, responsible to the Forest Service for all design and construction. Subcontractors to perform specific design and construction services shall be responsible to the design professional. The North American Industrial Classification System code is 541330, which has a size standard of $4.0 million in average annual receipts. Following an initial evaluation of the qualification and performance data submitted, at least three firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Each contract will operate with individually negotiated task orders issued in accordance with the terms and conditions of the contract. Task orders may be issued under the resulting contracts as Firm Fixed or Time and Materials. This announcement does not guarantee work to selected firms. The issuance of task orders between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance; e. Required delivery schedule; f. Experience and/or ongoing work (locality and/or type); g. Understanding of local factors and geography; h. Remaining contract capacity; i. Availability of personnel. If the contractor fails to provide a quality product at a reasonable price and on schedule, the contractor may not receive additional task orders under this contract over the minimum specified by the contract. Each contract awarded will consist of 1 base year with options to extend the contract for four additional one-year periods. The guaranteed contract minimum shall be $30,000 per year, per contract, with a maximum not-to-exceed 5-year total for all contracts of $1.5 Million If in the event funding levels significantly increase within the contract period, the not-to-exceed amount may be increased to a mutually negotiated amount. PROJECT INFORMATION: The predominate geographic areas include Montana, Northern Idaho, North Dakota, and a small portion of South Dakota. Projects will primarily involve providing maintenance, repair, rehabilitation, decommissioning, new construction or reconstruction needs of the Forest Service, buildings and mechanical systems at Forest Service recreation and administration sites. The contractor will be required to perform all facets of the work from survey and design to construction. Typical projects may include a variety of maintenance, repair, rehabilitation, decommissioning, or reconstruction needs for office buildings, warehouses, residences, garages, picnic shelters, and campground recreation buildings. Projects are typically on National Forest Lands. Project site access can vary from easily accessible to sites in the wilderness where motorized use is restricted. Architectural -Projects may only include building mechanical or electrical projects, including plumbing to the exterior of the buildings. Water Treatment facilities will not be included. In order to meet the objectives of this contract, the contractor must provide design and construction expertise with respect to typical Forest Service facilities in order to accomplish the required work. The disciplines and related work requirements may include, but are not limited to: Architecture, Civil Engineering, Structural Engineering, Mechanical Engineering, Electrical Engineering, Geotechnical Engineering, Project Management, and Construction. SELECTION CRITERIA – Potential Contractors shall be evaluated in terms of the criteria identified below. For each criteria, the contractor shall demonstrate their understanding of the Forest Service, Forest Service policies, regulations and standards, the intent and objective of the contract, the type, size, and scope of potential Forest Service architectural, mechanical design/build, and the General Requirements. 1) Professional Qualifications necessary for the satisfactory performance of the work. a. Proposed team organization and interrelationship of technical, management, production disciplines, subconsultants, and construction contractors to accomplish the contract program and individual projects. (Note primary contractor may propose various subcontractors for types of work and location.) b. Proposed team members in terms of education, experience, professional registrations, professional qualifications, certifications, training, etc.; 2) Capacity and methods to accomplish the contract program and individual projects in the required time. a. Proposed methods of contract administration. b. Proposed methods of individual task order management. c. Proposed procedures to provide value for individual task orders. 3) Location of firm/firms in the general geographic area of the Northern Region of the Forest Service and the firm’s ability to respond to the various Forests in a timely, cost-effective manner. 4) Specialized Experience and Technical Competence. a. Capability demonstrated by relevant examples of previous work similar in size and scope (as a firm or through individual experience of team members).b. Demonstrated capacity for excellence. c. General knowledge of the geographical area of the Northern Region of the Forest Service and demonstrated knowledge of potential work conditions, construction methods, materials, suppliers, access, etc. 5) Past Performance on contracts of similar type, size and scope of potential Forest Service projects with government agencies and private industry in terms of cost control, quality of work, cooperation with client, and compliance with contract requirements. SUBMISSION REQUIREMENTS: Firms desiring to be considered must submit documents containing copies of completed SF 254s and SF 255s. Only responses received in this office (USDA Forest Service - Northern Region, 200 E. Broadway, Missoula, MT 59807) no later than 3:00 p.m. MST, March 22, 2004 will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available at this time. All Contractors must be registered in the Central Contractors Register (CCR) in order to be considered for award. Information on the registration process can be found on the internet at http://www.ccr2000.com then go to subtopic Central Contractor Registration or by calling 1-888-227-2423 for help. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. All questions relating to this synopsis shall be direct to Sarah Langston at 406-329-3657.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0343/R1-04-09/listing.html)
 
Place of Performance
Address: Montana, Northern Idaho, North Dakota and a small portion of South Dakota. Typically on National Forest Lands.
Country: USA
 
Record
SN00527292-F 20040222/040220232534 (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.