Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

C -- The U.S. Fish and Wildlife Service (Service) solicits offers to acquire Architect/Engineering (A/E) Services to cover all National Fish Hatcheries in the United States. The Service anticipates awarding 2 to 3 Indefinite Delivery / Indefinite Qua

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Fish and Wildlife Service - R5 Contracting & General Services 300 Westgate Center Drive Hadley MA 01035
 
ZIP Code
01035
 
Solicitation Number
501817R033
 
Response Due
7/30/2007
 
Archive Date
7/9/2008
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service (Service) solicits offers to acquire Architect/Engineering (A/E) Services to cover all National Fish Hatcheries in the United States. The Service anticipates awarding 2 to 3 Indefinite Delivery / Indefinite Quantity (IDIQ) contracts, each for one year with four option years attached, as a result of this solicitation. Individual Task Orders will be issued for each project as a result of successful negotiations. The maximum dollar amount of each delivery order is not to exceed $500,000, with a minimum of $1,000 per order. The qualifications of firms will be rated by applying a numeric rating system to the 4 evaluation factors listed below. This solicitation is unrestricted, solicited for full and open competition. The North American Industry Classification System Code is 541330 with a small business size of $4.5 million. If a large business is selected for this contract, an approved subcontracting plan will be required in compliance with FAR 52.219-9. In order to be considered for an award, interested firms must submit 7 copies of SF 330 for A/E qualifications by 2:00 p.m. on Monday, July 30, 2007 to the U.S. Fish and Wildlife Service, Contracting and General Services, Attn: Christal Cutler, 300 Westgate Center Drive, Hadley, MA 01035. Work typically consists of utilizing mechanical, electrical, structural, civil and environmental engineering to complete conceptual, preliminary and final design of projects that involve new construction, repair, rehabilitation and retrofitting of, but not limited to: fish and aquatic species rearing facilities; water treatment plants; water control structures and impoundments; raceways; holding ponds; water delivery / distribution systems; pumping stations; fuel oil holding and containment systems; water supply wells, pumps and associated power and fuel storage units; water flow lines, piping, associated discharge outlets, control valves and/or mechanisms; culverts; levees and dikes. Work also typically consists of consultation work to address technical, regulatory, and environmental challenges associated with the operation of fish-rearing facilities, including, but not limited to: production analysis; disease control; aquaculture feasibility analyses; water treatment systems; hatchery effluent treatment systems; energy management/conservation including alternative energy systems; alarm systems capable of monitoring parameters such as pH, dissolved oxygen and temperature; gathering/ collecting/ analyzing data associated with environmental and wastewater compliance. Work may also include, but not be limited to: post-award construction services such as construction inspections; life-cycle cost and operational cost analysis; providing support services such as submittal review, sampling, field testing, report preparation, soil borings and permits; and value engineering. Evaluation factors, in accordance with Federal Acquisition Regulation 36.602-1 are as follows: 1.) Relevant Experience in Conceptual, Preliminary and Final Design (Evaluation Points; 35). The offeror's relevant experience will be evaluated based on the offeror's ability to execute the range and type of work included in this Solicitation. The Government anticipates that the type, size and frequency of work will vary throughout the life of this contract. It is anticipated that multiple task orders may be issued concurrently for various dollar amounts. This evaluation will consider both the contractor's past and present capability to perform a wide array of mechanical, electrical, civil, structural, and environmental engineering to complete conceptual, preliminary and final design of projects that involve new construction, repair, rehabilitation and retrofitting of, but not limited to: fish rearing and egg incubation facilities, water treatment systems, water delivery and distribution systems, water control structures, water containment systems, water monitoring systems, aquatic species life support systems and hatchery effluent treatment systems To demonstrate qualifications, the offer shall identify relevant experience for the type of work proposed in this Solicitation which has been performed in the past three (3) years. Identify the type(s) of work, trades and percentage of the project total that was self-performed by the offeror on each referenced contract. If work was performed as a subcontractor or partner, identify the type of subcontracted or partnering work performed and the percentage of the project total contract amount. Demonstrate an in-house ability to perform design and consultation work described in this Solicitation as pertaining to mechanical, electrical, civil, structural, and environmental engineering, architecture, etc. As a minimum, provide an organization chart (and/or listing) identifying the current physical location of offices and key personnel that will administer, manage and perform the work of this contract. Identify personnel, and if applicable, subcontractors. On this chart, clearly delineate on-site from off-site personnel, prime contractor from subcontractors. List the number of personnel, level of competency (i.e., mechanical engineer, architect) and years of professional experience. In addition to the information requested above, offerors are encouraged to provide any supplemental information to assist the Government in determining the offeror's ability to perform this work on the basis of relevant experience. 2.) Relevant experience in consultation pertaining to the operation and regulatory compliance of fish-rearing facilities. (Evaluation Points; 30) The offeror's relevant experience will be evaluated based on the offeror's ability to execute the range and type of work included in this Solicitation. The Government anticipates that the type, size and frequency of work will vary throughout the life of this contract. It is anticipated that multiple task orders may be issued concurrently for various dollar amounts. This evaluation will consider both the contractor's past and present capability to perform a full range of biological and engineering expertise to address: technical, regulatory, and environmental challenges associated with the operation of fish-rearing facilities, such as fish production analysis, disease control, wastewater compliance, automated water delivery monitoring, alarm systems and energy management. To demonstrate qualifications, the offer shall identify all relevant experience for the type of work proposed in this Solicitation which has been performed in the past three (3) years. Identify the type(s) of work, trades and percentage of the project total contract amount that was self-performed by the offeror on each referenced contract. If work was performed as a subcontractor or partner, identify the type of subcontracted or partnering work performed and the percentage of the project total contract amount. Demonstrate an in-house ability to perform design and consultation work described in this Solicitation as pertaining to the design and operation of fish-rearing facilities. As a minimum, provide an organization chart (and or listing) identifying the current physical location of offices and key personnel that will administer, manage and perform the work of this contract. Identify personnel and, if applicable, subcontractors. On this chart, clearly delineate on-site from off-site personnel, prime contractor from subcontractors. List the number of personnel, level of competency (i.e., fishery biologist, waste water treatment engineer) and years of professional experience. In addition to the information requested above, offerors are encouraged to provide any supplemental information to assist the Government in determining the offeror's ability to perform this work on the basis of relevant experience. 3.) Past Performance (Evaluation Points; 20 points) The offeror shall demonstrate that the projects submitted for experience relevancy within the last three (3) years were completed at a minimum performance level of satisfactory, as determined by letters of reference and/or customer evaluations of the company performing the work. The offeror shall demonstrate success on the projects submitted for experience relevancy within the last three (3) years at achieving projects bid within budget. Include original estimate, project award amount, description, cost and reason for any change orders. Submission by the offeror of written correspondence from previous project owners or beneficiaries can supplement information submitted. The offeror should identify all commendations, evaluation ratings, as well as awards received for these projects; quality of services delivered; customer satisfaction; price reasonableness; and overall business relations. The offeror should provide current reference contact data for each of these projects. 4.) Technical/Management Capabilities (Evaluation Points; 15) The intent of Technical/Management Capabilities is to assist the Government in developing confidence in the offeror's ability to deliver quality planning and design in a safe, economical, and timely manner. The Government is seeking contractors capable of performing a variety of work type, using multiple task orders, at various locations. The contractor must demonstrate a capability of planning, performing and managing multiple tasks orders to meet the maximum demand. The offeror shall provide a narrative that describes the offeror's management capabilities and plan to successfully execute this contract. Factors that will be considered in the evaluation are: planning, estimating and scheduling capabilities; project management and administrative staff; key biological personnel; ability to manage and accomplish a variable work load; on-site superintendence; skilled tradesmen and unskilled laborers; the ability to coordinate with subcontractors; the ability to maintain quality control and workmanship; and compliance with safety and environmental regulations. The narrative should address how the contractor plans to execute all phases of the contract process, to include the following: supporting accomplishment of the project objectives by evaluating impacts on and benefits to the biological environment directly effected by the project; administering the task order RFP/RFQ; site visits; negotiating the task order; and quality control. As a minimum, provide an organization chart and/or listing identifying the current physical location of offices and key personnel that will administer, manage and perform the work of this contract. Identify personnel, and if applicable, subcontractors. On this chart, clearly delineate in house personnel from subcontractors. List number of field personnel and level of competency (i.e., licensed, certified, journeyman, apprentice, biologists, etc). Indicate type of work and capabilities of the offeror. Describe experience and plan for using and managing subcontractors. Within the past three (3) years, identify and provide copies of any safety or environmental awards, commendations and recognition received for work performed, providing dates and reason for the award. Within the past three (3) years, identify any and all safety and environmental violations, fines, penalties, notices, fatalities, and serious injuries due to accidents. The above information is requested from the offeror only, and not from subcontractors that have been used or proposed to be used in the performance of work.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144855&objId=161955)
 
Place of Performance
Address: National Fish Hatcheries across the U.S.
Zip Code: 01035
Country: US
 
Record
SN01338454-W 20070712/070710221403 (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.