Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

C -- Region 10 Landscape Architect Services

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Alaska Region, P.O. Box 21628 Acquisition Management Regional Office, Juneau, AK, 99802-1628
 
ZIP Code
99802-1628
 
Solicitation Number
AG-0109-S-06-0012
 
Response Due
6/12/2006
 
Description
The USDA Forest Service Region 10 Regional Office is seeking qualified firms to provide professional landscape architectural and engineering services on an as-needed basis for Forest Service owned or managed lands located within the Tongass and Chugach National Forest. SCOPE OF SERVICE: (a) It is the purpose of this indefinite delivery contract to secure, on an individual order basis, professional services for landscape architectural work. Civil, environmental, geotechnical, and/or structural engineering work, surveying, and/or exhibitry work may be incidental needs of individual orders. (b) The work may consist of any or all of the following: land use assessment and development, circulation and facility planning, land surveying, siting, design, and presentation; preparation of construction documents; exhibitry planning and design; and construction assistance on Forest Service owned or managed sites and facilities. Typical sites and facilities will be recreation-related such as, but not limited to, camping and picnic grounds, vault toilets, trails, boat docks, and wildlife viewing platforms, but may also include sites associated with other constructed features such as administrative offices, crew quarters, multi-use facilities such as small Visitor Information Centers with offices, staff housing, warehouses, etc. The work may be for development of new sites, construction of new facilities, and/or evaluation, renovation, major repair, or alteration of existing sites and/or facilities. Individual task orders may be for work located in sites that range from remote to urban. Scope of work consists of any or all of the following: TITLE 1 SERVICES: Assessments, studies, surveys, design narratives, site plans, preparation of conceptual and preliminary designs, liaison with other agencies such as State Historic Preservation Office (SHPO), National Park Service (NPS), State of Alaska, cities and boroughs, etc. TITLE 2 SERVICES: Preparation of final construction documents for bidding and contract award (design drawings, grading plans, specifications, cost estimates, etc.). TITLE 3 SERVICES: Construction inspection, site visits, consultation, review of submittals, and shop drawings, preparation of construction contract modifications, and other construction assistance as needed. The Forest Service anticipates awarding up to two indefinite quantity indefinite delivery contracts with a one-year performance period with options for four additional one year periods. Contract will have a Not-to-Exceed value of $2,500,000 over the life of the contract, including any option periods. Firms responding to this notice should be prepared to provide the full range of landscape architect and engineering services using in-house capacity or sub-consultant agreements. Work under this contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order will be at least $1,000 but will not exceed $500,000. Contract awarded will have a guaranteed minimum order of $10,000 for the life of the contract. EVALUATION CRITERIA Following a review and evaluation of qualification and performance data by an A&E Review Board, negotiations will be commenced with the top-ranked firms on the selection list for this contract. Selection of firms for negotiation is through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional service required, as determined by applying the following criteria in descending order: 1. Professional qualifications necessary for satisfactory performance of required services: All design work, including the preliminary work, shall be performed by or under the direct supervision of professional Landscape Architects, licensed in the State of Alaska. Incidental civil, environmental, geotechnical, and/or structural engineering, and land survey work shall be performed by or under the direct supervision of professional Architects, Engineers, and Land Surveyors, licensed in the State of Alaska. Landscape Architects shall be qualified by education and experience to design recreation sites and facilities and to perform other non-urban and/or wildland planning, siting, and design. Engineers shall be qualified by education and experience to design roads and architectural systems associated with non-urban and/or wildland sites and facilities. Incidental exhibitry work shall be performed by design professionals qualified by at least five (5) years experience to perform interpretive services and exhibitry planning and design. 2. Specialized experience and technical competence in recreation-related work in non-urban and/or environmentally-sensitive locations. 3. Past performance on contracts with Government agencies and private industry in terms of: cost control (designing within established funding parameters); cost estimating (relationship between design cost estimates and final construction costs); quality of work (project and client references for, or site visits to, similar projects); compliance with performance schedules (project and client references); and teamwork of prime with subcontractors identified for this contract. 4. Capacity, considering depth and breadth of staffing skills, current workload, and future commitments, to accomplish the work in a specified timeframe. 5. Location in the general geographical area of the Contract work and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the Contract. Qualified firms, regardless of size, are invited to submit Standard Form-330, Architect-Engineer Qualifications, Parts I and II, not later than the 8:00 a.m. local time, June 12, 2006, to Federal Building, Alaska Region Regional Office, 709 W. 9th Street, PO Box 21628, Juneau, AK 99802-1628, ATTN: Caroline Wallace. Only those firms responding by that time will be considered for selection. Inquiries regarding this invitation should be in writing and directed to Caroline Wallace, email: cwallace@fs.fed.us.
 
Place of Performance
Address: USDA Forest Service, Alaska Region, Regional Office 709W. 9th Street, PO Box 21628, Juneau, AK 99802-1628
Zip Code: 99802-1628
Country: USA
 
Record
SN01046091-W 20060513/060511220239 (fbodaily.com)
 
Source
FedBizOpps 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.