SOLICITATION NOTICE
C -- Requirement for Architectural and Engineering Services.
- Notice Date
- 12/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- BUREAU OF RECLAMATION PO BOX 25007, D-7810 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 03SP810849
- Archive Date
- 12/21/2003
- Point of Contact
- RANDY JACKSON CONTRACTING OFFICER D7810@DO.USBR.GOV
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- The Bureau of Reclamation, Technical Service Center (TSC), Denver, CO has a requirement for Architect and Engineering services in support of their mission of water resource management, development and protection. The TSC performs a wide variety of technical services for other Reclamation offices, other government agencies and foreign governments. This requirement will result in one indefinite quantity contract that will provide supplemental expertise to the TSC staff. The A-E shall furnish the technical services described in the following areas as needed. Specific requirements for services shall be stated in detailed individual delivery orders. This will normally include the data to be furnished by Reclamation and/or the A-E; the standards, codes, or guidelines to be followed by the A-E in performance of the work; required products to be furnished and the schedule for the delivery of the work. The A-E shall provide all qualified personnel, facilities, materials, equipment and transportation necessary to perform contracted work. All engineering services shall be performed by or under the direct technical supervision of a registered professional engineer or architect and all work shall be performed by personnel having professional skill and experience in the required field. The following areas are expected to require support during the contract period: Civil Engineering Services including but not limited to civil engineering analyses, designs, specifications and technical support, structural analyses and designs, architectural analyses and designs, hydraulic analyses and designs, building seismic risk evaluations, construction management and support, and engineering materials testing and research; Environmental Services including but not limited to environmental compliance studies, environmental risk assessments, biological modeling and statistical analyses, remote sensing and geographical information systems analyses, water treatment engineering and research, water resources economic analyses, social and public involvement analyses, cultural resources studies, outdoor recreation planning, technical communications support and visual presentations support; Geotechnical Services including but not limited to Geotechnical engineering analyses, designs, specifications and technical support, engineering geology analyses and site characterization, seismotectonics and geophysics analyses, earth materials testing and research, risk-based assessment of structures, site security assessments and security plan development; Infrastructure Services including but not limited to mechanical equipment, hydraulic equipment, electrical equipment, and electrical systems analyses, designs, specifications and technical support, facility operations reviews and analyses and structural safety reviews; and Water Resources Services including but not limited to river system and meteorological studies, water supply reliability and demand analyses, water utilization including river and reservoir simulation studies, water management analyses, land suitability and water quality studies, flood hydrology and hydrometeorology analyses, sedimentation and river hydraulic analyses, groundwater drainage studies, water resources planning studies and quality assurance studies. The value of this requirement is $50 Million over a period of one base year and four option years. The resulting contracts to be awarded in calendar year 2003. Competition under this requirement is limited to firms headquartered in the State of Colorado and under the administration of the U.S. Small Business Administration, Colorado District Office, 8(a) Business Development Division; the resulting solicitation and contract will contain this requirement and offers received from outside the State of Colorado will not be accepted. Firms interested in performing the services contemplated under this requirement shall submit a copy of up-to-date Standard Forms 254 and 255 addressing their ability to provide the above listed services. SF 254 and SF 255 submissions shall be sent to the BUREAU OF RECLAMATION, DENVER FEDERAL CENTER, ATTN: Gail E. Tinianow, D7810, PO BOX 25007, BLDG 56 ROOM 1040, DENVER, CO 80225 no later than 2:00 PM January 30, 2003. Submissions will be evaluated, with or without discussions, in terms of (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project(s), provided that application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project(s); (6) computer assisted design capability and capacity; (7) adequacy of facilities for performance of the work including those necessary to provide specialized services that may be required; (8) volume and nature of present workload as it relates to the ability to perform the work required; (9) experience and qualifications of proposed key personnel including specialized technical skills, project coordination and management skills and experience in working together as a team; and (10) availability of additional contractor personnel or consultants to support expansion or acceleration of the project(s). Projects will primarily be accomplished in Denver, CO. Submissions shall include descriptions of key personnel and their perspective roles in the contract performance, location and capabilities of facilities and equipment available for use under the contract. Teaming arrangements shall be described. Firms shall describe their ability to meet the staffing requirements represented by the large difference in dollar value of the minimum versus the maximum order. The applicable code from North American Industry Classification System is 541310 with a revenue size standard of $4 Million per year or less. The points of contact for this requirement are Gail E. Tinianow, Senior Contracting Officer, at gtinianow@do.usbr.gov; and Gilbert Olivas, Contract Specialist, at golivas@do.usbr.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142581&P_OBJ_ID1=66111)
- Place of Performance
- Address: State of Colorado
- Zip Code: 80225
- Country: U.S.
- Zip Code: 80225
- Record
- SN00228926-W 20021223/021221213354 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |