Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
MODIFICATION

C -- Northern Province A & E Contract

Notice Date
5/27/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Willows Office, 825 Humboldt, Willows, CA, 95988
 
ZIP Code
95988
 
Solicitation Number
R5NP0804056
 
Response Due
6/14/2004
 
Point of Contact
Pam Ockerman, Contracting Officer, Phone 530 934-1111, Fax null,
 
E-Mail Address
pockerman@fs.fed.us
 
Description
THIS MODIFICATION TO PREVIOUS NOTICE DELETES A TYPOGRAPHICAL ERROR IN PROJECT INFORMATION. The USDA, Forest Service, Northern Province plans to award 2 Civil Engineering and 1 Architectural Engineering firm indefinite delivery contracts for Architectural Engineering Services. PROJECT INFORMATION: The scope of services required under this contract includes field investigation, studies, reports, lifecycle cost analysis, construction cost estimates, preparation of construction drawing and specifications, design, contract management, product research and other related activities. All reports, correspondence and data, including data collected electronically, shall become the property of the government. Government property furnished for a task order will be identified prior to the issuance of such task order. Use of such property will be documented in accordance with agency regulations. LOCATION: Work under this contract will be located on various Federal lands in California, which include the Mendocino, Shasta-Trinity, Klamath, Six Rivers, Plumas, Lassen, Modoc, Tahoe, Eldorado, Lake Tahoe Basin Mgmt Unit and Inyo National Forests. CONTRACT INFORMATION: The contracts will be awarded for one year, with four, one-year Government options to renew, depending on availability of funds and contractor performance. Priced task orders will be issued for each individual project. The annual award amounts of the contract will be a minimum of $2,500 and will not exceed $500,000. SELECTION CRITERIA: Firms capable of providing these services and qualified to meet the requirements as described are invited to respond to this announcement. The criteria for selection, listed in descending order of importance, are as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Firm must be domiciled in any of the following State of California counties: Shasta, Trinity, Lassen, Mendocino, Siskiyou, Humboldt, Modoc, Del Norte, Tehama, Glenn, Lake, Colusa, Butte, and Plumas; (6) in-house AutoCad, latest version capability, and (7) facility design experience in the $2,500 to $2,500,000 construction cost range. SUBMISSION REQUIREMENTS: Each firm?s response must include one original and 3 copies of the following: (A) Standard Form 254, Architect-Engineer and Related Services Questionnaire, (B) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, (C) A cover letter which specifically addresses the selection criteria listed above. The cover letter shall be limited to 25 pages (8.5 x 11, single-sided) with a print size of 12-pitch font, or larger. Failure to provide information on criteria 1 through 7 above may result in disqualification of the firm. Standard Forms 254 and 255 may be downloaded from the following GSA website: http://www.gsa.gov/forms. All submittals must be received no later than 4:30 p.m., PST on June 14, 2004 at the address listed above. No faxed, telegraphic or telephonic submittals will be accepted. The NAICS code is 541310 (Engineering Services), the small business size standard for this project is defined as average annual receipts for the previous three (3) years of $4,000,000. This is not a request for proposals; there is no solicitation to request.
 
Place of Performance
Address: Various Federal lands in California; see description.
 
Record
SN00593508-W 20040529/040527211736 (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.