Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

C -- Architect-Engineering IDIQ

Notice Date
9/5/2008
 
Notice Type
Presolicitation
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
09AN811457
 
Response Due
10/10/2008
 
Archive Date
9/5/2009
 
Point of Contact
Emma Velasquez 3034452428 evelasquez@do.usbr.gov;<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
FedBizOps Announcement1. ANNOUNCEMENT INFORMATION: The Technical Service Center (TSC) is the Bureau of Reclamation's (Reclamation) principal resource center for engineering, scientific, and technical expertise in many areas of water resource management, development, and protection. The TSC performs a wide variety of technical services for other Reclamation offices, and as appropriate, to other Government agencies and foreign governments. The purpose of the contemplated contract is to provide architect-engineering services and activities in support of Reclamation's mission pertaining to planned or existing construction or construction-related programs, including alteration or renovation of real property. Task orders will be issued on a fixed-price basis, and the requirements will be competed among the contract holders. Although expected to be not widely used by others, this contract also may be used by other Reclamation offices located in the 17 western states. An Indefinite Delivery, Indefinite Quantity (IDIQ) type contract will be negotiated and awarded with a base period of one (1) year period and four (4) possible one-year options. The contract will contain a minimum order limitation of $15,000, and a maximum order limitation of $1,000,000 per year. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF)-330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed in this announcement. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in this announcement. 2. SET-ASIDE AND ELIGIBILITY INFORMATION. This competitive acquisition will be set aside for certified Service-Disabled Veteran-Owned (SDVO) firms. Reclamation will issue three separate announcements and anticipates making three contract awards for the contemplated work, one in each set-aside category - 8(a), HUBZone, and Service Disabled Veteran Owned (SDVO). Reclamation reserves the right to make more than one award for each set-aside; a maximum of three (3) awards will be made. If a firm is eligible for more than one set-aside category, that firm shall submit an SF-330/supplemental data for each announcement/set-aside category. A firm may have the potential to be considered for all 3 set-aside categories; however, only one award shall be made to a firm. To be eligible for contract award, a firm shall be registered at Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the CCR Assistance Center at 888-227-2423.The NAICS code is 541330 and the size standard is $4.5 million. 3. SELECTION CRITERIA. A/E firms responding to this announcement will be evaluated based on the following criteria (a) through (e) that are listed in relative order of importance. In (a) through (b) below, the first four engineering disciplines (Civil Engineering, Geotechnical Services, Infrastructure Services, and Water and Environmental Services) are of equal importance. The last two engineering disciplines (Dam Engineering and Technical Support Services) are of lesser but equal importance). (a) Professional Qualifications, Specialized Experience and Technical Competence necessary for satisfactory performance of required services in the following engineering disciplines, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials-- Civil Engineering (the subcategories below are listed in descending order of importance). 1.Structural Analysis and Design2.Architectural Design and Analysis Including Building Seismic Risk Evaluation3.Hydraulic Design and Analysis4.Construction Management and Support5.Materials Engineering and Research6.Risk Analysis - Concrete Dams and Hydraulic Structures Geotechnical Services (the subcategories below are listed in descending order of importance).1. Embankment Dams Engineering2.Soil and Rock Mechanics3.Engineering Geology4.Seismotectonics and Geophysics5.Earth Science Research and Testing6.Risk Analysis - Embankment Dams Infrastructure Services (the subcategories below are of equal importance).1.Mechanical Equipment2.Hydraulic Equipment3.Electrical Design4.Hydropower Technical Services (Electrical Studies and Testing) Water and Environmental Services (the first three subcategories below are of equal importance; the remaining 14 subcategories are of lesser importance and are listed in descending order of importance). 1.Ecological Studies2.Emergency Action Plan Development and Exercising3.Land Suitability 4.Fluvial Geomorphology for River Restoration5.Environmental Applications and Research6.Extreme Event Meteorology7.Water Resources Research8.Flood Hydrology, Hydrometeorology, and Paleoflood Hydrology9.River Systems Modeling10.Remote Sensing, Photogrammetry, and GIS11.Water Supply, Use, and Conservation12.Sedimentation and River Hydraulics13.Ground Water14.Irrigation Drainage Engineering15.Water Quality16.Resource Management and Planning17.Economic and Financial Analysis Dam Engineering and Dam Safety Technical Specialists (the subcategories below are of equal importance). 1.Embankment Dam Engineering2.Concrete Dams, Spillways, and Outlet Works Engineering Technical Support Services (the subcategories below are listed in descending order of importance). 1.Value Engineering, Cost Estimating, and Specifications Preparation2.Computer Drafting3.Technical Communications4.Visual Presentations(b)Sufficient Technical and Physical Resources to perform possible multiple task orders within time and cost limitation required under evaluation criteria (a) above.(c) Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.(d) Office located in the Denver CO metropolitan area. (e) Understanding of and Ability to Comply With Information Security Requirements and Personnel Security Requirements.4. SUBMISSION REQUIREMENTS. Interested firms are required to submit the Standard Form (SF)-330, Announcement No. 09AN811457, which may be utilized to solicit a proposal from the firm(s) selected. SF-330's shall reference Announcement Number 09AN811457. SF-330's shall be submitted no later than 4:00 PM (MT) 10/10/08 to Emma Velasquez, Contract Specialist, Bureau of Reclamation, Code 84-27810, P.O. Box 25007, Denver, CO 80225. This is not a Request for Proposal (RFP). No other notification for this acquisition will be made. Faxes will not be accepted.SF-330 can be downloaded at the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SFEach SF-330 should be complete and current. Follow the General Instructions contained on the SF-330. Firms may be rejected for incomplete or missing data on the SF-330. Each firm identified as participating in the work, including proposed subcontractors must complete a separate Part II of SF-330. Firms not complying with this requirement may be eliminated without consideration. Part II must show only the office or offices that are intended to have a key role in the contract. SF-330 Section F. Example projects listed in this section shall not be more than three years old. The SF-330/supplemental data shall not exceed 100 pages. 5. POINT OF CONTACT. For additional information please contact Emma Velasquez, Contract Specialist, Bureau of Reclamation, Code 84-27810, P.O. Box 25007, Denver, CO 80225, evelasquez@do.usbr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe1eaf6d451d50160f5f481e0c429e26&tab=core&_cview=1)
 
Place of Performance
Address: Denver, Colorado<br />
Zip Code: 802250001<br />
 
Record
SN01661229-W 20080907/080905222307-fe1eaf6d451d50160f5f481e0c429e26 (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.