Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2005 FBO #1306
SOLICITATION NOTICE

C -- Architect-Engineer Title I, II and III Services, Bridges, Tunnels, and Culverts

Notice Date
11/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-05-5023
 
Response Due
1/8/2005
 
Point of Contact
Noella Bond, Contract Specialist, Phone 303-275-5393, Fax 303-275-5453,
 
E-Mail Address
nbond@fs.fed.us
 
Description
INDEFINITE QUANTITY MULTI-DISCIPLINARY ARCHITECT – ENGINEER, TITLE I, II, AND III SERVICES Provide Title I, II, and III Architect – Engineer (A-E) Services for the United States Department of Agriculture, Forest Service, Rocky Mountain Region. This work may involve any or all aspects associated with design and construction management services for new construction and/or rehabilitation of existing bridges, tunnels, and culverts, including historic structures. The services required under this contract may include but not limited to all activities associated with the following identified project types: road and trail bridges, roads and trails associated with structure(s), tunnels, slope stability, traffic control, culverts, miscellaneous road and trail structures, computer programming, and other relative engineering services. This work may involve: surveying; geotechnical studies; engineering investigations and reports; structural inspections; construction management; hydrologic studies; hydraulic design studies including aquatic animal and fish passage analysis; stream stability design and analysis; scour analysis, assessment, and mitigation designs; biological and/or archeological evaluations or assessments of proposed project sites; relative permit preparation including highway access permits, water quality permits, and 404 permitting; wetland delineation and mitigation plans; engineering computer programs; life cycle/value analysis; cost estimates; peer reviews; preparation of plans and specifications for bidding purposes; value engineering; and, other associated services. Construction management services shall include providing technical support from construction contract award to final acceptance of actions required to complete the proposed project including warranty period. Construction technical support services may include, but not be limited to, consultation on technical matters, field inspections, submittal reviews, and replying to requests for information. Projects may be located at various locations throughout the United States, however a large portion of the work will focus in Colorado, Kansas, Nebraska, South Dakota, and Wyoming (see Rocky Mountain Region, USFS Home Page - www.fs.fed.us/r2). Although the Forest Service will administer this contract other Government Agencies will be authorized to use this contract. In order to use local sources, the government may recommend subconsultants located in close proximity of actual work. Multiple contracts may be awarded for a base year with an option to extend the contract for four additional one-year periods. Firm fixed-price task orders issued under the basic contracts will include a specific statement of work and be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $1,000,000 for each one-year contract period with a guaranteed minimum of $25,000 for the life of contract. Firms will be evaluated on the following factors, in order of priority: 1) Demonstrated integrity of design, qualifications and experience of the firm and subcontractors in relation to the above identified services and project types with the USDA Forest Service or other government agencies in areas of: (a) Quality of work. Ability to prepare plans and specifications that have minimal design errors or omissions and are well organized and result in few change orders or claims. The consultant shall have the ability to provide design solutions that result in facilities that are highly successful in performance, low maintenance, operation and function. The ability to have independent in-house peer reviews; (b) Integrated design. Demonstrated experience with integrated design with an emphasis on coordination of multi-disciplinary teams, establishment of upfront project goals and follow through. 2) Established project management systems and procedures resulting in meeting established schedules and budgets. Demonstrated experience and track records of the proposed team in working together to provide projects that were successful with respect to the following: (a) Cost control. Ability to produce accurate project cost estimates and to control total project costs within established budgets. (b) Compliance with schedule. Ability to plan and complete projects on established schedules and to provide accelerated/fast tracked completion of projects. Capacity to coordinate and perform multiple task orders simultaneously. 3) Specialized experience and technical competence of proposed key project personnel in relationship to the above services and project types. Key personnel may include Program Manager, Project Manager(s), Structural Engineer(s), Civil Engineer(s), Drainage/Hydraulic Engineer(s), Tunnel Engineer(s), Landscape Architect(s), Cost Estimator(s), Surveyor(s) and Geotechnical Engineer(s). 4) Demonstrated experience in sustainable design practices and technical competence in preparing, developing, and finalizing designs for facilities that minimize the environmental impact on the earth’s renewable and non-renewable resources (forest, grasslands, water, etc.). This includes, to the maximum extent practical, specifying the use of recycled content material and recovered materials. 5) Location of the consultant and subconsultants relative to the National Forests and Grasslands throughout the Rocky Mountain Region and knowledge of the locality of the projects. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit four copies of Standard Form (SF) 330 to USDA Forest Service, to be received by 4:00pm, January 8, 2005. Send all four copies to P.O. Box 25127, Lakewood, CO 80225-0127 (mail) or 740 Simms Street, Golden, CO 80401-4720 (courier, i.e., UPS or FedX). This acquisition is unrestricted. The North American Industry Classification Code is 541330 and the size standard is $4.0 million. This is not a request for proposal. See Note 24. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/82X9/AG-82X9-S-05-5023/listing.html)
 
Place of Performance
Address: Primarily Colorado, Kansas, Nebraska, South Dakota, and Wyoming
 
Record
SN00834942-F 20050624/050622212637 (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.