Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
MODIFICATION

C -- Architect and Engineering Services, IDIQ, R9 National Forests and Northern Station Research Center

Notice Date
3/14/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300 Acquisition Management, Milwaukee, WI, 53202, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NEAT-07-178
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Point of Contact
teresa Corse, Contract Specialist, Phone 414-426-0325, - teresa Corse, Contract Specialist, Phone 414-426-0325,
 
E-Mail Address
teresacorse@fs.fed.us, teresacorse@fs.fed.us
 
Description
The USDA Forest Service, Eastern Region, Northeast Acquisition Team, Warren, PA plans to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architect and Engineering Services. Contract will include a base year and 4 options of 1 year each. Fixed priced task orders issued under the basic contract will include a specific statement of work and be negotiated as individual projects. The cumulative total of all task orders issued under this contract cannot exceed $1,000,000 for the total 5 year period. The minimum guarantee for the 5 year period is $10,000 during the life of the contract. The types of Architectural and Engineering Services include design of small Forest facilities to include but not limited to buildings, landscapes, recreation sites, utilities, campgrounds site work or LEED projects. In a typical year, the work generally constitutes site design, energy modeling, architectural, and Landscape architecture, electrical and mechanical design in descending order. Facilities include but are not limited to buildings, campgrounds, roads, parking lots, utilities and many other recreation sites. The A/E firm shall furnish all services, materials, supplies, plant, labor, equipment, investigations, inspections, tests, studies, superintendence and travel as required. The projects may be located at various locations throughout the United States, however, the major portion of work will focus in PA, WI, MI, IN, VA, VT, NY, NH, MN, IL, OH, WV, and MO. In order to use local sources the government may recommend sub-consultants located in close proximity to the actual work to work with the Prime A&E. The firm must be physically located within a 115-mile radius of Rutland, VT, due to a need for same day travel to/from the USDA-FS Technical Team located in Rutland, VT. The 115-mile radius is required for the primary contractor and could include the subcontract team. The A/E firm will not receive travel reimbursement for same-day travel to/from Rutland, VT for the face-to-face meetings. Firms will be evaluated on the following factors in order of priority: (1) Past Performance: Firm's direct experience with A/E IDIQ or open-ended contracts, list at least 3 contracts. Firm's direct experience with Federal and State Government A/E contracts, list at least 3 contracts. Firm's direct experience with design of federal, state and institutional facilities, list at least 3 projects. Firm's direct experience with rural, recreational, campground and park design, list at least 3 projects. Firm's direct experiences with developed recreation facilities design of list at least 3 projects. (2) Technical Competencies and Specialized Experience: (2.a) General design knowledge of the national forest area of the Eastern Region states listed and demonstrated project experience of potential work conditions, construction methods, materials, suppliers, access, winter construction conditions, etc. (2.b) Contractors design and project understanding of the Forest Service mission and agency values as exhibited by the Built Environment image guide, existing infrastructure, agency structure, Courageous Conservation, and the Regional Forester?s Strategic values (2.c) Professional qualifications necessary for the satisfactory performance of the work. A proposed team organization and interrelationship of technical management, production discipline and sub-consultants to accomplish the contract programs. (2.d) Sustainability and energy performance knowledge of constructed systems demonstrating high performance, and third-party commissioning. (2.e) Direct project experience in Green, Sustainable and Leadership in Energy and Environmental Design (LEED) projects. (3) Capability of the firm to provide quality design products. (3.a) Firm's project quality assurance/control plan and use of software applications, to include subcontractors and consultants. (3.b) Established project management systems and procedures resulting in meeting established schedules and budgets. (3.b.1) Exhibiting a QAQC (quality assurance quality control system for administering IDIQ contracts which demonstrates high quality documents to clients. (3.b.2) Cost control and the ability to produce accurate project cost estimates and to control total project costs within established budgets. (3.b.3) Compliance with schedule, the ability to plan and complete projects on established schedules and to provide accelerated fast tracked completion of projects. (3.b.4) Capacity to coordinate and perform multiple task orders simultaneously. (3.c) Contractor's commitment to accuracy and correctness of Government deliverables. Description of the firm's in-house document review process. (3.d) Demonstrated experience and track record of the proposed team in working together to provide projects that were successful. Firms qualified and interested in providing the A/E Services described in this synopsis are invited to submit Standard (SF) 330, Architect-Engineer and Related Services Questionnaire in one (1) original and three (3) copies with appropriate data to USDA Forest Service to be received by 4:00 p.m. eastern time, April 6, 2007. Parts 1 and 2 must be completed and submitted for all contractors, subcontractors and proposed consultants. No faxed, electronic, telegraphic or telephonic submittal will be accepted. Interest parties can submit their information to: USDA Forest Service, Allegheny National Forest, 222 Liberty Street, P.O. Box 847, Warren, PA 16365, attn: Teresa Corse, Telephone POC: 414-426-0325. The Forest Service intends to offer a formal solicitation and enter into negotiations with the highest rated technical offer. If a mutually agreed to contract cannot be reached, then the Contracting Officer will formally terminate negotiations with the highest rated technical offer and proceed with negotiations with the second highest rated technical offeror. The intent is to have a contract award prior to June 1, 2007. If an offeror has no past performance, they will receive a neutral rating. To be eligible for a contract award, a firm must be registered in both the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov).
 
Record
SN01250596-W 20070316/070314220410 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.