Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

C -- A & E Contracts

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-05-0020
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Description
1. IDIQ ? Multi-Disciplinary Design July 12, 2005 DESCRIPTION: Professional A/E services are required for architectural, landscape architectural, civil engineering, construction observation, and interpretive design. This includes survey, conceptual design, design development & final design; preparation of construction documents including drawings in CAD format, specifications and cost estimates; integration of interpretive themes and exhibits; and construction observation. The following types of projects are proposed: buildings, site plans, nature/visitor centers, access roads and parking areas, drainage and minor concrete structures, masonry, remodel of existing buildings (re-roofing, re-siding, electrical, etc.) restoration of historic structures following Secretary of Interior Standards for the Treatment of Historic Properties, utility systems (water, sewer, electrical), UFAS/ADA accessibility retrofits, recreation facility reconstruction, and miscellaneous work including, but not limited to, plumbing, electrical, HVAC, structural, sprinkler systems, waste water disposal, propane/natural gas, BMP upgrades, and landscaping. Services are expected to be 70% engineering and 30% architectural and landscape architectural. This work will not include bridge design. All electronic files, CAD or otherwise, shall become the property of the U.S. Forest Service. Any contract resulting from this request will be an Indefinite Delivery/Indefinite Quantity fixed unit priced (loaded) labor rate type and will provide for a base year and four (4) unilateral option years. We may award up to two contracts. The guaranteed minimum award under each contract will be $5,000.00 for the life of the contract. The maximum of $950,000.00 in task order fees are possible over the lifetime of the contract(s) combined. Work under this contract will be issued by task orders and will be performed on Federal Lands located on the Lake Tahoe Basin Management Unit, and the Inyo, Tahoe, and Eldorado National Forests. To be considered for award, a firm must submit an original and one copy of the Standard Form 330 (Part I&II) ?Architectural-Engineer Qualifications? to the USDA Forest Service, Tahoe National Forest, Acquisitions, 631 Coyote Street, Nevada City, CA 95959, Attention: Denise Storms, not later than close of business (4:30pm) on August 22, 2005. The following criteria will be applied in equal order of importance: 1. Professional qualifications and technical competence necessary for satisfactory performance of the required services including: site surveying, architectural, landscape architectural, mechanical, electrical, structural, geotechnical, civil engineering, historic structure preservation/restoration, interpretive site/facility development, and construction observation. 2. Specialized experience in the types of work required, intimate knowledge of, and proven effectiveness in working with and obtaining required permits from local agencies such as the Tahoe Regional Planning Agency, California Regional Water Quality Control Board, Army Corps of Engineers, El Dorado County, CA; Placer County, CA; Douglas County, NV; State Historic Preservation Offices, and the City of South Lake Tahoe, CA. 3. Past performance on contracts with government agencies and private industry, demonstrating cost control, quality work, and on-time delivery. 4. Location in the general geographical area of these forests, and knowledge of the locality and local issues, such as producing effective designs mitigating Lake Tahoe Basin water quality issues (Best Management Practices and permitting requirements) and seasonal construction restrictions, provided that application of this criteria leaves an appropriate number of qualified firms. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Program. In order to receive maximum considerations, interested firms should address the evaluation criteria individually, including samples of previous work. This is not a request for a cost proposal. Email address: dlstorms@fs.fed.us, Fax number is (530) 621-5258. 2. IDIQ ? Construction Observation July 12, 2005 DESCRIPTION: Professional A/E services are required for construction observation. This includes observation and documentation of construction compliance with contract documents. The following types of projects are proposed for observation: buildings, site work, watershed restoration including stream channel reconstructions, nature/visitor centers, access roads and parking areas, drainage and concrete structures including bridges, masonry, remodel of existing buildings (re-roofing, re-siding, electrical, etc.) restoration of historic structures following Secretary of Interior Standards for the Treatment of Historic Properties, utility systems (water, sewer, electrical), UFAS/ADA accessibility retrofits, recreation facility reconstruction, and miscellaneous work including, but not limited to, plumbing, electrical, HVAC, structural, sprinkler systems, waste water disposal, propane/natural gas, BMP upgrades, and landscaping. This work will not include bridge design. All electronic files, CAD or otherwise, shall become the property of the U.S. Forest Service. Any contract resulting from this request will be an Indefinite Delivery/Indefinite Quantity fixed unit priced (loaded) labor rate type and will provide for a base year and four (4) unilateral option years. The guaranteed minimum award under each contract will be $5,000.00 for the life of the contract. The maximum of $500,000.00 in task order fees are possible over the lifetime of the contract(s) combined. Work under this contract will be issued by task orders and will be performed on Federal Lands located on the Lake Tahoe Basin Management Unit, and the Inyo, Tahoe, and Eldorado National Forests. To be considered for award, a firm must submit an original and one copy of the Standard Form 330 (Part I&II) ?Architectural-Engineer Qualifications? to the USDA Forest Service, Tahoe National Forest, Acquisitions, 631 Coyote Street, Nevada City, CA 95959, Attention: Denise Storms, not later than close of business (4:30pm) on August 22, 2005. The following criteria will be applied in equal order of importance. 1. Professional qualifications and technical competence necessary for satisfactory performance of the required services including: observation and documentation of construction contract compliance. 2. Specialized experience in the types of construction projects anticipated for observation, intimate knowledge of, and proven effectiveness in working with local agencies such as the Tahoe Regional Planning Agency, California Regional Water Quality Control Board, Army Corps of Engineers, El Dorado County, CA; Placer County, CA; Douglas County, NV; State Historic Preservation Offices, and the City of South Lake Tahoe, CA. 3. Past performance on contracts with government agencies and private industry, demonstrating cost control, quality work, and on-time delivery. 4. Location in the general geographical area of these forests, and knowledge of the locality and local issues, such as mitigation of Lake Tahoe Basin water quality issues (Best Management Practices and permitting requirements) and seasonal construction restrictions, provided that application of this criteria leaves an appropriate number of qualified firms. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Program. In order to receive maximum considerations, interested firms should address the evaluation criteria individually, including samples of previous work. This is not a request for a cost proposal. Email address: dlstorms@fs.fed.us, Fax number is (530) 621-5258.
 
Place of Performance
Address: Multi Locations on the IBET Province
Country: US
 
Record
SN00851710-W 20050723/050721211718 (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.