Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
MODIFICATION

C -- Architect and Engineering Services

Notice Date
12/6/2006
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office, Atlanta, GA, 30309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-43ZP-S-07-0006
 
Response Due
12/15/2006
 
Archive Date
1/15/2007
 
Description
The USDA Forest Service Region 8 announces a Request for Qualifications (RFQ) for the award of possible multiple Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract for Architect and Engineering Services (A-E). There is no RFP package to download. All information needed is to be submitted on Standard Form (SF) SF-330. THIS PROCUREMENT WILL BE UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310, which has a size standard of $4.5 million in average annual receipts. Selection will be in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. The Contracting Officer may elect to award up to five (5) multiple contracts from this single synopsis. Contract will be for a base period of 12 months from date of award with four (4) one year option periods for a total of five (5) years, if all options are exercised. Anticipated award date of IDIQ contract is mid March 2007. Firms will be selected for negotiations based on demonstrated competence for the required work. Projects will be issued to the A-E firm by Firm Fixed Price delivery orders against the awarded contacts. The guaranteed minimum for the life of the contract will be $2,500.00 per contract awarded. The maximum dollar amount for an individual order shall not exceed $500,000.00 total fee. Project distribution will be based upon the qualification of the firm that best matches the needs of the individual requirement as it pertains to the categories listed below. In addition, each contract will be subject to satisfactory negotiation of individual delivery orders. Services required will be for: (a) Design of all or portions of a wide variety of Forest Service facilities, including but not limited to buildings, water and wastewater systems, roads, bridges, dams, camp grounds, parking lots, retaining walls, pavement structures, landscaping, hazardous waste cleanup procedures, storm water treatment facilities and other constructed features and components which support the management of the National Forests and Grasslands. (b) Design review of designs produced by others, including in-house units, volunteers, cooperators and partners. (c) Construction administration assistance, including construction inspection and review of shop drawings and/or material/equipment submittals and verification. The following categories of architectural/engineering services are being sought under this announcement: A. Architectural Services, with Engineering Support for Architectural Projects (engineering support not required to be in-house) B. Engineering Services, Mechanical/Electrical/Plumbing C. Engineering Services, Structural, Geotechnical D. Landscape Architecture Services, with Civil Engineering Support In-house E. Engineering Services - Civil, Environmental, Hazmat Place of performance: The majority of work will be located in Southern United States; however, work may be located in any state in the United States. EVALUATION and SELECTION CRITERIA: Submission of completed Standard Form 330 (SF-330) received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the mostly highly qualified firms. Recent (within the past 5 years), relevant performance in preparing projects with an estimated project value up to $500,000.00 may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience may include information provided by the firm, customer inquires, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in firm being considered less qualified. The relative order of importance of the criteria to be used to evaluate and select an A-E firm is as follows and is ranked in descending order of importance. Note: Oral presentations will be required of approximately 2 to 3 of each category of services from the highest ranked firms. The criteria for A-E evaluation consist of the following: a. Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract and any applicable outside consultant. Availability of experienced key personnel, professional discipline, and consultants and the number of years with the firm. Examples must be provided for similar projects performed by proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. The following shall be submitted with the SF-330; (1) quality control plan, (2) awards and/or samples of innovative forms and patterns in building design. b. Specialized Experience: Describe the firm?s experience in sustainable design, use of the U.S. Green Building Council LEED System including description of experience in commissioning, integrated design, energy modeling, sustainable site practices, sustainable material and resource practices, indoor environmental quality issues and design innovation. c. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, construction inspection/surveillance and compliance with performance schedules. Telephone interviews with the references listed on the SF-330 and references obtained using the central database will be the means of obtaining past performance data. d. Integrated Design: Describe how the firm or firms team together to optimize the overall performance of a project, as opposed to one particular discipline (the prime) driving the design and then passing their work on to the next trade (the sub) for incorporation of their work with the prime designer?s work. (For example, in the case of an architecture proposal, describe how your firm uses energy modeling to help drive decisions about the building envelope prior to development of a typical building section.) Also include how the firm assures coordination and integration of the final product so that each trade?s work does not conflict with that of another; that drawings and specifications are project specific, having details and notes that do not apply to a particular project not included in the contract documents, and that the final product appears to be one seamless, coordinated package. e. Computer system compatibility: Compatibility of proponent?s computer system with USDA Forest Service system. f. Location of firm and subcontractors or consultants within the 60 mile radius of Atlanta, Georgia. g. Professional Capacity to accomplish the work within contract schedules considering timeliness of contract completion of services and delays. Discuss how surge workload will be managed. Evaluation will also include quality control program, innovative forms and patterns in building design. All information relating to the firms qualification must be contained in the SF-330. Inclusion by reference to other materials is not acceptable. All interested large business firms are reminded that the successful firm will be required to submit a Subcontracting Plan. The SF-330 is limited to 100 single-sided typed pages including information concerning the firms qualifications related to this specific contract. Minimum font size is 10. Parts 1 and 2 must be completed and submitted for all contractors and subcontractors or consultants. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number (upon selection) Emailed or faxed copies of proposal package will not be accepted. Response by submittal of one (1) original and two (2) copies of SF-330s and appropriate data. A complete package must be received no later than 2:00 PM EST, December 15, 2006. All questions must be received by December 4, 2006. Questions pertaining to this announcement may be submitted via email, mail or facsimile, please include the solicitation number on all correspondences. Phone calls will not be accepted. Firms must separately address the evaluation factors and relate where the information can be found in the submittal package relevant to each factor. Firms desiring consideration shall submit appropriate data as described in the notice. Packages shall be sent to: USDA Forest Service, Southern Region, Procurement & Property, 1720 Peachtree Road, NW, Room 876S, Atlanta, GA 30309, Attn: Joy Fryer-Scott or Vienne Rice. Note: Included in the evaluation is each firm?s ability to provide Title II Services in the form of construction inspection and surveillance (Criterion c above). Point of contacts: Joy Fryer-Scott, Contracting Officer, Phone: 404-347-7245, Email: jfryerscott@fs.fed.us, Fax: 404-347-4866, Vienne Rice, Procurement Technician, Phone: 404-347-1620, Email: viennerice@fs.fed.us. Please indicate the solicitation number on the outside of your package. All responses received by the closing of the announcement will be considered for selection subject to the limitation of the criterion for selection. Any incomplete responses or responses received after the closing will not be accepted. 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 the CCR website at www.ccr.gov. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR database. These Annual Representations and Certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN). To register in ORCA, you need to have an active Central Contractor Registration (CCR) record, a Marketing Partner Identification Number (MPIN and your CCR records, and know your DUNS number. Detailed information regarding ORCA and how to submit records is available on the ORCA website at http://orca.bpn.gov under Help and FAQs. Additional information: Forms may be obtained at http://www.gsa.gov/forms/zero.
 
Place of Performance
Address: Southern United States
Zip Code: 30309
Country: UNITED STATES
 
Record
SN01191467-W 20061208/061206220216 (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.