Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOURCES SOUGHT

C -- Architect-Engineering Services for Idaho, Oregon, Washington and Architect-Engineering Services for Anadromous Fish Habitat Improvement Projects in Idaho, Oregon and Washington

Notice Date
9/17/2007
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
07SP101677
 
Response Due
11/14/2007
 
Archive Date
9/16/2008
 
Small Business Set-Aside
N/A
 
Description
A) The Pacific Northwest Regional Office of the U.S. Bureau of Reclamation intends to award one or more general purpose indefinite delivery, indefinite quantity (ID/IQ) contracts for engineering and other professional services in the states of Idaho, Oregon, and Washington in support of the PN Region's programs. These contract(s) will require civil, electrical, hydraulic, and mechanical engineering expertise plus expertise in architecture, the environmental, natural, physical and social sciences, planning, economics, and cost estimating. B) We also intend to award one or more ID/IQ contracts specifically for anadromous fish habitat improvement projects in the States of Idaho, Oregon, and Washington. The anadromous fish habitat improvement contract(s) will require expertise in hydraulic engineering and modeling, process geomorphology, stream restoration, sediment transport analysis, and project planning permitting. The principal NAISC code for all of these requirements is 541330. The purpose of the general purpose contract(s) will be to provide assistance on PN Region projects, which will require multi- disciplinary activities involving a variety of professional specialists in engineering and planning as well as support functions in areas such as economics, environmental, natural, physical, and social sciences. The projects for which these services are required will primarily be located within Reclamation's Pacific Northwest Region; however, they could also include Reclamation's other Regional Offices and Denver Offices, as well as programs for which Reclamation is performing technical support services, e.g. Natural Resources Conservation Services (NRCS), Bonneville Power Administration (BPA), and other Dept. of Interior Agencies. Instances of work outside the PN Region will be rare and the primary geographic area for these services is anticipated to be the states of Idaho, Oregon, and Washington. The purpose of the anadromous fish habitat improvement contract(s) will be to support the PN Region of Reclamation's efforts in improving fish habitat in the Interior Columbia River basins. All proposed IDIQ contract(s) will be for a period of one year from the date of contract award with four 1-year option periods. Only firms with Registered Professional Engineers licensed in the states of interest where work will be conducted will be considered. The cumulative amount of all Task Orders placed against the general purpose contract(s) is not expected to exceed $5 million and the cumulative amount for Task Orders under the anadromous fish habitat contract(s) is not expected to exceed $2 million. We currently have two ID/IQ contracts in place that cover all of our current programs (including anadromous fish habitat improvement) and the total dollar value of the Task Orders awarded under those contracts is less than $5 million. Under those contracts approximately 30% of the Task Orders were related to Reclamation's efforts for the Federal Columbia River Power System Salmon Recovery programs (anadromous fish habitat improvement) and the remaining 70% were Task Orders for activities supporting Reclamation's Operation and Maintenance of our dams and power plant facilities or for environmental services (Environmental Assessments, Biological Assessments, Environmental Impact Statements) or for special planning or engineering studies. It is Reclamation=s intent to award multiple ID/IQ contracts but we reserve the right to award a single general purpose and/or a single anadromous fish habitat improvement contract if it's determined to be in the Government's best interest to do so. The estimated date of award is February 2008. The A&E selection criteria are listed below. [Note: A) for the purposes of awarding the general purpose contract(s) Criterion 1 through 4 will be evaluated in the following specific fields: architecture and civil, hydraulic, structural, electrical, mechanical, geo-technical, geomorphologic, and environmental engineering and related services such as environmental, natural, and physical sciences and; B) for the purpose of awarding the anadromous fish habitat improvement contract(s) Criterion 1 through 4 will be evaluated in the following specific fields: hydraulic engineering and modeling, process geomorphology, stream restoration design, sediment transport analysis, and fish habitat improvement project planning/permitting] (1) Professional staff qualifications including education, work experience, and registration status of personnel and an adequate number of professional staff in the specific fields as stated above; (2) Specialized experience and technical competence in the planning and design of projects related to the specific fields of engineering and of similar magnitude and nature as required under this acquisition, [with preference given for an emphasis in water resources development projects and construction and maintenance of water resource and electric power production infrastructure for the general purpose contract(s) and with preference given to those with specific experience related to improving fish passage as well as stream and habitat restoration for the award of the anadromous fish habitat contract(s)]; (3) Demonstrated corporate capability which reflects the capacity to accomplish the work in the required time, including adequate physical and technical resources considering numerous task orders may be executed simultaneously throughout any of the states in the Pacific Northwest; (4) Evidence of project management philosophy and operating procedures which resulted in an efficient, and appropriate technical approach to tasks to be performed, with regard to project team structuring, subcontractor usage, etc.; also indicate how you plan to provide services in a cost-effective manner (5) Demonstrated contract management capability which reflects good past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (6) Firms located in the general geographical area of Reclamation's Pacific Northwest Region (with preference given to firms having an office within the local commuting area of Boise, Idaho for the general purpose contract(s)). Firms qualified and interested in providing professional services of the types listed above are hereby invited to submit: Standard Form 330 (SF 330), "Architect-Engineer Qualifications," Part I and SF 330 Part II. An Adobe Acrobat version of the SF 330 form is available at www.gsa.gov. Firms may propose for one or both types of contract(s): general purpose A&E or anadromous fish habitat improvement A&E but the firm (or team) must be able to cover all areas of the PN Region for the type of work they are interested in performing (general purpose A&E or fish habitat A&E). When preparing your submission, BE SURE TO CONSIDER ALL EVALUATION CRITERIA. Additional sheets may be used to address all evaluation criteria relative to the required services. Following the initial evaluation of the qualification and performance data submitted, discussions will occur with firms considered to be the most highly qualified to provide the services for each of the three states. Negotiations will occur beginning with the most preferred firm(s) in the final selection. If a mutually agreeable contract can be reached, then award will be made. If not, then negotiations with that firm will be terminated and the next most preferred firm would be contacted for negotiation. Please submit SIX copies of the above information to: U.S. Bureau of Reclamation, Pacific Northwest Regional Office, 1150 N. Curtis Road, Boise ID 83706-1234, ATTN: PN-3715, Contracting Officer; include Solicitation No. 08SP101677 on the outside of the package. Please do not submit any work samples at this time. Reclamation reserves the right to request work samples during the evaluation process. To be considered, all material must be received by 4 PM local time in Boise ID on November 14, 2007. Reclamation plans on hosting a pre-proposal conference the week of October 1, 2007, at the PN Regional Office. Specifics about the date, time, and locations for the pre-proposal conference will be made available after September 24 on our website at http://www.usbr.gov/pn/contracts/index.html. Potential offerors are encouraged to register at that website to be included on the official bidders list. When registering for the bidders list offerors may specify whether they are a prime contractor or are interested in potential subcontracting or teaming arrangements. The small business size standard for this acquisition is $4.5 million in gross annual receipts averaged over the previous three 1-year accounting periods. This requirement is NOT a set-aside. See Numbered Note 24.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=40072)
 
Record
SN01409734-W 20070919/070917221529 (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.