Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOLICITATION NOTICE

C -- C- Indefinite Delivery / Indefinite Quantity Architect-Engineering Contract

Notice Date
4/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Fish & Wildlife Service - R7 Contracting & General Services 1011 East Tudor Road, Mail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
701815R030
 
Archive Date
4/11/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROSAL. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF254 AND SF255 DOCUMENTS ARE CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering service. This procurement will be evaluated using the Brooks Act procedures. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310. The proposed procurement will result in the award of one fixed-price indefinite delivery / indefinite quantity contract. INTENT: The successful firm will serve as the Region 7, Division of Fisheries/Ecological Services which provides technical support for Partners for Fish and Wildlife and Fish Passage Programs throughout Alaska. PROJECT DESCRIPTION: This contract will procure those services which are required for preparation of site assessments, planning studies, designs, plans and specifications, cost estimates, surveying, soils investigations, construction management services, and field inspections/reports. Work will consist of assessment, design, permitting, and construction management of stream restoration and stabilization projects for habitat improvement and restoration of fish passage. Stream restoration methods will generally involve application of natural channel design following methods developed by Dr. David L. Rosgen, as well as other bio-engineering techniques. Major disciplines are: Civil Engineering - Rivers and Floodplains; Hydrology; Fluvial Geomorphology Work will primarily occur on river systems within Northern and Interior Alaska. Typical rivers include Chena River, Chena Slough, Tanana River, Salcha River, and Chatanika River in the Fairbanks vicinity. Work may be expanded to river systems in other regions of Alaska including South-Central and Southeast. COST INFORMATION: The contract minimum guarantee shall be $250.00. Individual Delivery Orders can vary from as little as $200 up to $750,000. DURATION: The duration of the contract shall be a base year plus four option years. SPECIAL TERMS: Joint Venture of prime/consultant team arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. A/E firms which meet the requirements described in this announcement are invited to submit a completed SF254 and SF255. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. This plan is not required with this submittal. EVALUATION: Evaluation of the selection criteria listed below will be based upon the proposed team's/individual contractor's ability to meet the primary criteria, items one through four as defined in each bullet. Proposals will be scored independently against each criteria. Criteria is listed in order of priority. Selection Criteria: 1. Specialized Experience and Technical Competence A. Registration as a Professional Civil Engineer and / or Hydrologist. B. Specialized training in river engineering and/ or fluvial geomorphology. C. Firm's Primary Investigator must show completion of Natural Channel Design course series by Dr. David L. Rosgen, Wildland Hydrology. D. Familiarity with Rosgen designs such as J-Hook Vanes, Cross-Vane Weirs and step-pool drop structures. E. Experience designing in-stream river structures for Alaskan rivers. F. Familiarity with Bio-engineering methods to protect/stabilize riverbanks on Alaskan rivers. G. Experience with River channel assessment and design using natural channel design principles on Alaskan Rivers. H. Experience with quantitative and qualitative monitoring of river systems in Alaska. I. Experience with bridge crossing waterway assessment and design on Alaska rivers. J. Experience with Department of the Army Corps of Engineers and Alaska Department of Natural Resources Office of Habitat Management permitting offices requirements for stream restoration permit requirements. K. Experience with project planning, programming and budgeting 2. Past Performance A. Evidence of successful completion of at least 5 substantial stream restoration projects in Alaska using natural channel design methods, including assessment, design, permitting, and construction management, with a minimum construction cost of $100,000. B. Evidence of completion of stream restoration projects on a wide range of Rosgen stream types (e.g. A, B, C, and E stream types). C. Evidence of completion of stream restoration projects in varying climatic regimes. D. References (minimum 3) from owners, agencies, and contractors who were directly involved with a stream restoration project in Alaska. If any part of the project is subcontracted, references must be provided for subcontractors. References indicated above should be for listed projects. 3. Location in the general geographical region of the proposed work and knowledge of the local area A. Remote Alaskan project experience on river and stream projects. B. Knowledge and understanding of river and stream systems in Alaska. C. Location of office in relation to State of Alaska project locations. 4. Capacity to accomplish work in a timely manner A. List all current contractual commitments. B. List possible commitments on which you've proposed and/or been short-listed. C. List the normal scope or cost range of most of your projects. SUBMISSION INFORMATION: See Numbered Note 24 for general submission requirements. Interested firms have the capabilities to perform this work must submit three copies of SF255. A SF255 must be submitted for prime and joint ventures and a SF254 must be submitted for prime, joint ventures, and consultants, not later than the close of business May 19, 2005. On the SF255, Block 9, provide contract award dates for all projects listed on that section. The SF255 and SF254 shall clearly indicate staffing of the office indicated to perform the work. One Selection Board will be conducted for this solicitation. Interviews will be conducted with the short listed firms. Submit all responses to U.S. Fish and Wildlife Service, Attn: Sheri' A. Della Silva, 1011 East Tudor Road, Anchorage, Alaska 99503-6199. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact: CCR Web site at www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144857&objId=200531)
 
Place of Performance
Address: Anchorage, Alaska
Zip Code: 995066619
Country: USA
 
Record
SN00786093-W 20050413/050411212505 (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.