Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOLICITATION NOTICE

R -- A&E Service

Notice Date
2/2/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Forest Service - R-10 Alaska Region
 
ZIP Code
00000
 
Solicitation Number
AG-0109-S-16-0005
 
Point of Contact
Della Koelling, Phone: 907-586-8852
 
E-Mail Address
dkoelling@fs.fed.us
(dkoelling@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Description The solicitation will be posted February 17, 2016. The Alaska Region for the Tongass National Forest and the Chugach National Forest is seeking qualified firms to provide professional architectural and engineering services on an as-needed basis to acquire professional survey, natural resource activity, engineering, and architectural services, on an as-needed basis for Forest Service owned or managed lands, roads, bridges, culverts, docks, marine access points (LTF's), trails, buildings, campgrounds, recreation facilities, and other facilities. The work under this contract may include conducting surveys; conducting condition inspections; performing planning, geo-technical investigations, and design; performing natural resource activities for National Environmental Policy Act (NEPA) analysis; applying for permits; preparing final construction documents; performing construction inspection; and providing construction assistance for government owned lands, roads, bridges, culverts, docks, marine access points (LTF's), trails, buildings, campgrounds, recreation facilities, and other facilities. This proposed acquisition replaces the three IDIQ contracts that expire on 03/31/2016. The Forest Service anticipates awarding multiple award indefinite quantity indefinite delivery contracts each with a one-year performance period starting 04/01/2016 through 03/31/2017 with options for two additional one year periods. Each awarded contract will have a Not-to-Exceed value of $4,500,000 over the life of the contract, including any options periods. Firms responding to this notice should be prepared to provide the full range of architect and engineering services using in-house capacity or sub-consultant agreements. Work under this contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order will be at least $2,500.00 but will not exceed $2,000,000. Each contract awarded will have a guaranteed minimum order of $2,500.00 for the total of the base period and all option years. SELECTION CRITERIA. Firms responding to this notice will be evaluated and ranked using the following selection criteria. Criterion (1) is most important; criteria (2) and (3) are of lesser but equal importance; and criteria (4) and (5) are of lesser but equal importance. The technical evaluation will consider how each issue is addressed and how it is formatted in order to coincide with the indicated selection criteria. Firm responding to this public notice will (1) Specialized experience and technical competence: evaluation will be based upon experience in conducting surveys; conducting condition inspections; performing planning, geo-technical investigations, and design; performing natural resource activities for National Environmental Policy Act (NEPA) analysis; applying for permits; preparing final construction documents; performing construction inspection; and providing construction assistance for government owned lands, roads, bridges, culverts, docks, marine access points (LTF's), trails, buildings, campgrounds, recreation facilities, and other facilities. The proposals will be reviewed toensure the requirements of FAR 52.219-14, Limitation on Subcontracting are being considered. (2) Capacity to accomplish the work: evaluation will be based upon the number of personnel available in the disciplines described above, previous working relationships of team members, the quantity of existing work under contract, and the schedules for completion of the existing work. (3) Past performance on contracts with government agencies and private industry: evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (4) Professional qualifications: evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training, and certifications together with their availability to perform work on this contract. Personnel include: professional civil engineers, land surveyors, architects, landscape architects, structural and geotechnical engineers, mechanical and electrical engineers, draftspersons and certified inspectors for building construction including electrical, bridges, and roads. All professional personnel must be registered to practice in the state of Alaska. (5) Geographical location: evaluation will based upon the (1) knowledge of the locality of the project and experience of Alaska conditions and (2) needed licenses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/109/AG-0109-S-16-0005/listing.html)
 
Place of Performance
Address: Throughout the Alaska Region, Juneau, Alaska, 99801, United States
Zip Code: 99801
 
Record
SN04007834-W 20160204/160202235030-eebeb935dbab8b0cbc6a70c26927ef63 (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.