Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

C -- Architect-Engineering Surveying Services for Pacific Northwest Region of US Bureau of Reclamation - Idaho, Oregon, Washington

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
R12PS10030
 
Response Due
6/12/2012
 
Archive Date
5/1/2013
 
Point of Contact
Joseph Pratt Contracting Officer 2083785139 jpratt@usbr.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
Total Small Business
 
Description
This requirement is 100% set-aside for small businesses (see FAR Part 19.5). The small business size standard for this acquisition is $14 million in gross annual receipts averaged over the previous three 1-year accounting periods. The applicable NAICS code is 541370 and the SIC code is 8713. To be eligible for contract award, a firm shall be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov, and the Online Representations and Certifications Application (ORCA) database located at https://orca.bpn.gov/, and the registrations shall be current. 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. Please note: this is not a request for proposal and there is no solicitation to download. However, a copy of the Statement of Work for the ID/IQ contracts will be made available for download at http://www.usbr.gov/pn/contracts/index.html the same week as this announcement. The information required to submit an offer is listed below. Questions pertaining to this announcement should be address to the Contracting Officer listed in the announcement via e-mail. Questions will be accepted up to 3 business days prior to the closing date listed in the announcement. The Pacific Northwest Regional Office of the U.S. Bureau of Reclamation intends to award up to three Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for professional surveying services for surveying in the states of Idaho, Oregon, and Washington (up to one for each state). The contract for Idaho potentially includes small portions of western Montana & Wyoming (see http://www.usbr.gov/pn/). The contracts will be single-award ID/IQs for each state, not multiple-award ID/IQs, and Task Orders will not be competed. Task Orders placed under the contracts will be fixed-price. The guaranteed minimum order under each contract will be $25,000 and the maximum contract value will be set at $2 million per contract. We currently have six ID/IQ contracts in place: two each for Oregon, Washington, and Idaho and placed approximately $1.5 million in orders against those contracts with orders ranging from approximately $2,000 to $350,000 each. The maximum value of $2 million per contract is being set in the event that Reclamation requires more surveying services in future years than in the previous 5 years. Only firms with Registered Professional Surveyors licensed in the states of interest where work will be conducted will be considered. The work will mainly involve surveying assistance on an intermittent, as-needed basis in support of Reclamation efforts to improve salmon/steelhead habitat as well as in support of other Reclamation activities including operation and maintenance of our dams, power plants and other facilities. Services may be sought on a short turnaround basis (e.g., response within a week or two of a Task Order placed under the contract) and will typically be required at river/stream diversion structures and related facilities such as dams, weirs, canals, and fish screens. Required services may include: assessing site topography (topographic information on and around barriers, abutments, etc.); preparing sections (on/upstream/downstream of barriers with notes on water elevations, substrate type, etc.); providing structure details (elevations and dimensions on and around barriers, headworks, culverts, etc.); collecting information on miscellaneous features (ground surface topography, trees, fence lines, power and other utilities, bridges, access conditions, etc.); as well as recorded legal boundary surveys and production of surveys, maps and drawings showing true elevations and survey control. Other potential services may involve aerial surveys and photogrammetry; bathymetry; or 3D laser scanning. The Contractor(s) shall produce Field Book Data Files and Digital Terrain Models representing true elevations and survey control in Autodesk AutoCAD Civil 3D 2012, configured with the Pacific Northwest Region's (PN) standards and using PN's standard operating procedures as provided by the Contracting Officer. Currently identified geographic areas in which surveying is needed include West Central Idaho and South Central Idaho, various river basins and subbasins in both Oregon and Washington, and at existing Reclamation dams, power plants, and facilities in all three states. The quantity and timing of survey work may be adjusted by the Government based on changes in priority workload and funding availability. TOs for surveys are not limited to the areas listed. It is Reclamation's intent to award up to three ID/IQ contracts for surveys, potentially one for each of the three States. Offerors may propose on a single State or more than one State. Each contract may be issued as a 1 year contract with four 1 year Option periods (potential contract durations of 5 years). General land-based surveying services will be required in all states and 3D laser scanning services or aerial surveying services may also be required. Estimated performance time will vary with each individual task order. The Government currently estimates that we will require 1 to 10 surveys per State per year. Firms qualified and interested in providing professional surveying 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. Please enter the State(s) for which you wish to provide surveying services in Block #1 of the SF 330. In evaluating responses, the following evaluation criteria will be applied, with all evaluation criteria being equivalent: (1) Professional qualifications necessary for satisfactory performance of required services. Include your firm's Registered Professional Surveyors' experience in similar surveys for the state your firm proposes to perform surveys in. In your SF-330, state the amount of time, expressed as a percent, that the responsible (licensed) land surveyor will work on survey projects. (2) Specialized experience, expertise, and technical competence in the type of work required for the specific geographic areas your firm is proposing to perform services in. List years of experience in similar surveys for the key personnel that will be assigned to the projects. Indicate your firm's knowledge of local survey practices for the localities you propose to perform surveys in. Include an outline of field and office procedures, including a self-inspection or QA/QC plan. (3) Capacity of the firm to provide the required services in the required time. List your firm's equipment, personnel availability, and management and quality control procedures used to ensure reasonable deadlines are met and quality deliverables are produced. Include any proposed subcontractor(s) (including applicable portions of their SF330s) and specify what duties they would perform (for example, specialties like aerial surveys, LiDAR, photogrammetry, bathymetry, or laser scanning). (4) Recent, relevant, successful past performance on similar A-E surveying contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please provide only references for projects that are similar in scope and magnitude to the required services. Submit a sample map and drawing showing topographic survey data and sections and plan and profile views for river/stream environments. (5) Location of the firm in the general geographical area of the areas for which they wish to be considered and demonstrated knowledge and expertise in performing surveys in those localities (Washington, Oregon, or Idaho). Indicate how you plan to provide service in a cost effective manner. When preparing your submission (SF 330 package), be sure to consider all five 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 the one firm per state considered to be the most highly-qualified to provide the services for that state. Negotiations will occur beginning with the most preferred firm(s) in the final selection and only firms selected for negotiation will receive a solicitation (Request for Proposals). 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 for that particular state would be contacted for negotiation. Please submit three copies of the above information (SF330 package) 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. R12PS10030 on the outside of the package. To be considered, all material must be received by 2 PM local time in Boise ID on June 12, 2012. All responsible sources may submit an offer which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e43f39d8ca5ed1cb3294078ba29cb321)
 
Record
SN02735689-W 20120503/120501235624-e43f39d8ca5ed1cb3294078ba29cb321 (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.