Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

C -- Design for Seaplane Hangar Preservation at Midway Atoll National Wildlife Refuge

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
10181AR451
 
Response Due
4/9/2010
 
Archive Date
2/23/2011
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Fish and Wildlife Service is seeking an Architectural/Engineering (A/E) firm to provide the following design services: Design for the Seaplane Hangar Preservation at Midway Atoll NWR. Interested A/E firms will be able to respond to Request for Proposal (RFP) number 10181AR451 that will be issued/posted to FedBizOpps in approximately 2 weeks. A/E contractors will be ranked as to whom is determined to be most qualified to perform subject services based upon the evaluation criteria listed below and included in the RFP hereafter. Based upon final selection results, negotiations will commence with the most preferred firm. If a fair and reasonable price can not be reached with the most preferred A/E firm, negotiations will be terminated and negotiations will commence with the next highest ranked firm until an award is made. One (1) firm fixed price contract will be awarded. Architect/Engineering firms will be ranked based upon the following selection criteria: 1) Experience (50 points maximum): a) Firms that score high in the evaluation will typically be State-licensed (in at least one state) Architectural-Engineering firms with projects valued at $25,000 to $2,000,000 the past 3 years. b) Firms with experience working on Federal government projects, in particular with FWS, will receive higher scores. c) Higher scores will be given to firms that have completed a variety of projects that vary in complexity and costs, but include the rehabilitation of large steel building structures, and the abatement of hazardous building materials such as asbestos and lead based paint. d) Higher scores will be given to firms who can show design experience with projects that require preservation or restoration of historic military structures. e) Higher consideration will be given to firms who show design experience with projects on small remote islands and dealing with the logistics associated with projects located on small remote islands. 2) Past Performance (50 points maximum): Firms that score high in the evaluation will typically be firms that show they are willing to understand, listen to and provide a product that meets the clients needs, can effectively manage subcontractors, satisfy their clients, accomplish the projects in a timely manner, charge a fair price, achieve high-quality workmanship, have effective communications between key design team members as well as the client, effectively resolve problems, and are cooperative and have a high enough customer satisfaction rate that the customer would hire them again. Offerors should submit information on 5-10 projects with a maximum of two pages per project. All projects must have been completed within the last 3 years and should be similar in nature and/or scope to the project to be described in the RFP. Interested A/E firms that meet the above requirements described in this announcement will be able to access a copy of the RFP that will be posted to FedBizOpps on or about March 10, 2010. Based upon actual RFP issuance date, responses will be requested 30 days thereafter. Proposal documents will be submitted to the Contracting Officer, Karl Lautzenheiser, U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, Oregon 97232-4181. Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". A requirements document consisting of the complete technical specification will be available upon issuance of the RFP. Reference the project number 10181AR451 on your request. Telephone requests will not be accepted. The North American Industry Classification Code (NAICS) code is 541310 that applies to this procurement. Announcement is open to all businesses, regardless of size. Technical questions can be addressed to Mark_Harris@fws.gov at (503) 231-2209. Contract questions can be address to Karl_Lautzenheiser@fws.gov at (503) 231-2052.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/10181AR451/listing.html)
 
Place of Performance
Address: Honolulu, Hawaii
Zip Code: 96850
 
Record
SN02071927-W 20100225/100223234330-afebce66c5e79afbc8e10195b8f67975 (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.