Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

C -- Indefinite Quantity Indefinite Delivery Architect-Engineering Contract

Notice Date
10/20/2005
 
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
701816R004
 
Archive Date
10/20/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF-330 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. 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 Industry Classification Code (NAICS) is 541330, Engineering Services. The proposed procurement will result in the award of one or more fixed-price indefinite delivery indefinite quantity contract or contracts. Distribution of work load amongst multiple ID/IQ contract awards will be solely at the discretion of the Government. INTENT: The successful Architect/Engineer shall serve the Division of Engineering which provides technical support for maintenance and capital improvement projects on Fish and Wildlife Service (Service) facilities at various field stations on National Wildlife Refuges throughout the State of Alaska. PROJECT DESCRIPTION: This contract will procure those services which are required for the preparation of designs, work statements, red-line drawings, assessments, plans, analysis estimates, and surveys as defined in contracting documents. Major services are, but are not limited to: Engineering & Architectural design services Structural and Seismic Analysis Geotechnical Services Surveying Services Peer & Code Reviews Environmental Assessments Interpretive Planning and Design Value Engineering Analysis Cost Estimating Stream and stream bank restoration services Service facilities are located at, but not limited to Bethel, Bettles, Cold Bay, Dillingham, Fairbanks, Galena, Homer, King Salmon, Kodiak, Kotzebue, McGrath, Soldotna, Tok, Juneau, Ketchikan. More remote sites include Adak, Arctic Village, Chignik, Chevak, Ft. Yukon, Kaktovik, Karluk Lake, and Selawik. Numerous cabin and other assets and sites are located within Refuge boundaries throughout the State of Alaska. Work may not be restricted to the State of Alaska. The successful A/E may receive work throughout the Fish & Wildlife Service which includes the lower 48 States and Hawaii. 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 or prime/consultant team arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. 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 ability to meet the primary criteria, items one through seven, as refined in each bullet. Proposals will be scored independently against each criterion. The Criteria is listed in descending order of priority. Selection Criteria 1 Specialized experience and technical competence a) Engineering and architectural design in arctic and sub-arctic environments including repair/maintenance of existing structures as well as new construction. b) Roads, Bridges, including pedestrian bridges and Campgrounds designs. c) Knowledge of Federal Management Administration (FEMA) 178, 310 & 273 procedures and structural analysis. d) Familiarity with Alaska soils issues with capability to perform cost effective investigation and/or analysis of new and/or existing facilities. e) Boundary, re-plat and topographic design surveys. Ability to respond with an efficient, dedicated survey team or firm specializing in the trade. f) Experience necessary to review peer designs in efficient manner with a compact but seasoned team. g) Capability to create or review work plans, investigate and test sites and facilities and have the capacity to work with governing agencies for environmental and hazardous materials issues. h) Expertise to perform interpretive design, review peer designs, and provide independent cost estimates and estimates of peer designs. Firm shall be responsive and efficient, capable of responding to local Service needs. i) Seasoned experience to provide value engineering services on a practical level to include alternate design solutions incorporating constructability reviews into the analysis. j) Ability to perform cost estimates for both repair/recondition projects as well as new construction. Shall be able to conduct efficient peer cost estimate reviews. k) Capability to assess stream bank erosion and stream crossing problems. Firm shall be able to efficiently respond and conduct stream surveys and prepare hydrological analysis and prepare work documents to State of Alaska standards as well as perform peer reviews. 2 Professional Qualifications for satisfactory performance of required services a) Show qualifications and experience for each major discipline of service (as listed in the Project Description above). b) Individual team members shall be those proposed as key personnel for the work, and not necessarily company management. c) Indicate the proposed team's history working together. d) Efficiency of team composition. 3 Past Performance a) Quality of work, list both new construction projects and repair/recondition projects. b) Compliance with performance schedules (list original design contract duration and compare to final actual design duration for the same ten projects). c) Ability to stay within design budget and scope (list original design contract amount and final design contract amount for the same ten projects) d) Satisfaction of end user (list current building managers as references for the same ten projects) e) Capacity to work effectively with owner/owners representative (list owner's design project manager as reference for the same ten projects) f) List at least one, and possibly two of these ten projects as projects that "went south", problem projects that required resolution or continued effort to complete. Examples of past projects of similar scope in similar locations should be provided and contacts/references indicated above should be for those projects. We want to contact the "front-line" people that were "in the trenches" during design and construction/maintenance or repair. 4 Acceptability under other criteria a) Hydrological/stream bank analysis capabilities b) Peer review, constructability analysis and practical greening solutions. c) Interpretive design from very simple efficient projects to more complex solutions. d) Value Engineering Analysis 5 Location in the general geographical region of the proposed work and knowledge of the local area a) Rural Alaskan project experience in small hub communities not on the road or ferry systems. b) Urban Alaskan project experience in small communities on the road or ferry systems. c) Location of office in relation to State of Alaska project locations 6 Capacity to accomplish work in the time required a) List all current contractual commitments b) List possible commitments on which you've proposed and/or have 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 that have the capabilities to perform this work must submit three copies of the SF-330. SF-330 MUST BE SUBMITTED NOT LATER THAN CLOSE OF BUSINESS (4:30pm Alaska Time) ON THE DECEMBER 8, 2005. Late responses will be handled in accordance with FAR Subpart 15.208. One Selection Board will be conducted for this solicitation. Interviews may 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 registeredt in the Central Contractor Registeration (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=216306)
 
Place of Performance
Address: Anchorage, Alaska
Zip Code: 99503
Country: USA
 
Record
SN00918685-W 20051022/051020212209 (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.