Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

C -- A&E - IDIQ Multi-Disciplinary Design

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-10-0039
 
Archive Date
8/11/2010
 
Point of Contact
Matthew Gagnon, Phone: 530-478-6826, Wanda Landenberger, Phone: 530-478-6134
 
E-Mail Address
matthewgagnon@fs.fed.us, wlandenberger@fs.fed.us
(matthewgagnon@fs.fed.us, wlandenberger@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
IDIQ – Multi-Disciplinary Design **NOTE: THIS IS A 100% SMALL BUSINESS SET ASIDE FOR NAICS for 541310 and 54133, the size standard for both is $4.5 million. DESCRIPTION: Professional A/E services are required for architectural, landscape architectural, civil engineering, mechanical engineering, structural engineering, construction observation, and interpretive design. This includes survey, geotechnical analysis, conceptual design, design development & final design; preparation of construction documents including drawings in CAD format, specifications and cost estimates; LEED certification; integration of interpretive themes and exhibits; and construction observation. The following types of projects are proposed: buildings, site plans, nature/visitor centers, access roads and parking areas, drainage and minor concrete structures, masonry, remodel of existing buildings (re-roofing, re-siding, electrical, etc.) restoration of historic structures following Secretary of Interior Standards for the Treatment of Historic Properties, utility systems (water, sewer, electrical), UFAS/ADA accessibility retrofits, recreation facility reconstruction, and miscellaneous work including, but not limited to, plumbing, electrical, HVAC, structural, sprinkler systems, waste water disposal, propane/natural gas, water quality protection, BMP upgrades, and landscaping. Services are expected to be 70% engineering and 30% architectural and landscape architectural. This work will not include bridge design. All electronic files, CAD or otherwise, shall become the property of the U.S. Forest Service. Any contract resulting from this request will be an Indefinite Delivery/Indefinite Quantity fixed unit priced (loaded) labor rate type and will provide for a base year and four (4) unilateral option years. We may award up to a maximum of four contracts. The guaranteed minimum award under each contract will be $2,500 per contract year. The maximum of $200,000.00 in task order fees per contract year for a total of $1,000,000.00 per contract are possible over the lifetime of the contract(s) combined. Work under this contract will be issued by task orders and will be performed on Federal Lands located on the Lake Tahoe Basin Management Unit, and the Inyo, Tahoe, and Eldorado National Forests. Following an initial evaluation of the qualification and performance data submitted, up to four firms that are considered to be the most highly qualified will be selected to provide the type of services required. The Government will enter negotiation of individual task orders with the selected qualified firms. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualification necessary for the satisfactory performance of the type of professional services required The following criteria will be applied in relative order of importance: 1.30% of Evaluation - Professional qualifications and technical competence necessary for satisfactory performance of the required services including: site surveying, architectural, landscape architectural, mechanical, electrical, structural, geotechnical, civil engineering, historic structure preservation/restoration, interpretive site/facility development, LEED certification, and construction observation. A.Experience, technical competence, demonstration of interdisciplinary coordination and reputation/professional standing of the firm and subcontractor firms in comparable work. BProject management philosophy & operating procedures to result in efficient, appropriate technical approach to tasks to be performed with regard to project team structuring, interdisciplinary coordination, subcontractor usage, etc., including planning, organizing, execution, tracking, scheduling, and cost control C.Professional licensing to practice architecture, landscape architecture and engineering in the State of California 2.30% of Evaluation - Specialized experience in the types of work required, intimate knowledge of, and proven effectiveness in working with and obtaining required permits from local agencies such as the Tahoe Regional Planning Agency, California Regional Water Quality Control Board, Army Corps of Engineers, El Dorado County, CA; Placer County, CA; Douglas County, NV; State Historic Preservation Offices, Nevada and California Divisions of Environmental Protection, and the City of South Lake Tahoe, CA. -Architectural, landscape architectural and engineering project planning, scoping/programming, analysis, design, drafting, construction drawings and specifications, and cost estimating for facility and site design and evaluation, including LEED certification, Historic Preservation/Restoration and Evaluation experience. -Engineering project planning, scoping, analysis, design, drafting, construction drawings and specifications, and cost estimating for rural road design including AOP Stream Simulation Survey and Design. -Construction administration of the aforementioned including inspection, submittal review, change orders, and as-built drawings. -Determination and documentation of existing damage, scope and cost of temporary and permanent repairs and any proposed betterments needed for Damage Survey Reports on existing roads and infrastructure. 3.30% of Evaluation - Past performance on contracts with government agencies and private industry, demonstrating cost control, quality work, and on-time delivery. A.Quality of work including completeness, technical adequacy, accuracy, organization, and interdisciplinary success on those projects submitted for the purpose of providing references BCompliance with performance schedules on those projects submitted for the purpose of providing references C.Cost control on those projects submitted for the purpose of providing references 4.10% of Evaluation - Location in the general geographical area of these forests, and knowledge of the locality and local issues, such as producing effective designs mitigating Lake Tahoe Basin water quality issues (Best Management Practices and permitting requirements) and seasonal construction restrictions, provided that application of this criteria leaves an appropriate number of qualified firms. In order to receive maximum considerations, interested firms should address the evaluation criteria individually, including samples of previous work. Statements of team qualifications, SF-330’s and samples of previous work shall not exceed 20 - 8 ˝ “X11” sheets of paper front and back (total of 20 pages). Please submit Three (3) complete copies of the above information, Please refrain from submitting work in binders, folders, bindings and color graphics, as copies will be replicated/copied as necessary. Your responses are limited to 20 pages per offeror, including the SF 330. If more pages are submitted only the first 20 pages in the offer package will be evaluated, the remaining pages will not be reviewed. Due to the volume of calls please submit all questions to the the contracting Officer’s email address matthewgagnon@fs.fed.us. A combined list of questions and answers will be posted to this announcement. Facsimile responses are not allowed. The only acceptable methods are by US Mail, FEDEX, UPS, DHL, other overnight service, and/or hand delivery. All interested offerors must submit their completed SF-330 and any additional supporting documents addressing the factors requested, to the USDA Forest Service, Region 5/IBET Province, Acquisitions, 631 Coyote Street, Nevada City, CA 95959, ATTN: Matthew Gagnon, not later than close of business (3:00 Pacific Time) on __May 11, 2010_. The offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov. The primary firm must also be registered in the Database at www.ccr.gov and have a DUNS number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-10-0039/listing.html)
 
Place of Performance
Address: Lake Tahoe Basin Management Unit and Inyo, Tahoe and Eldorado National Forests, United States
 
Record
SN02120174-W 20100415/100413234749-1b6175b9640cb1a9a3afaba7635d63a3 (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.