SOLICITATION NOTICE
C -- A-E IDIQ Mechanical/Electrical
- Notice Date
- 2/11/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and General Services - R3 US Fish and Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 301814R002
- Response Due
- 3/16/2004
- Archive Date
- 2/10/2005
- Point of Contact
- Scott W. Halstead Contracting Officer 6127135215 Scott_Halstead@fws.gov;
- E-Mail Address
-
Email your questions to 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
- GENERAL REQUIREMENTS: The U.S. Fish and Wildlife Service, Region 3, Fort Snelling, Minnesota is seeking the submittal of Standard Form 254, "Architect-Engineer and Related Questionnaire" and Standard Form 255, "Architect-engineer and Related Services Questionnaire for Specific Project" or Standard Form 330, Architect - Engineer Qualifications for providing Architect-Engineer services. Services in quest of are primarily mechanical and electrical engineering, security and fire protection systems; planning, design, drafting, and construction management for projects such as maintenance and/or rehabilitation of facilities on National Fish Hatcheries, National Wildlife Refuges, and other U.S. Fish and Wildlife Service field stations in the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri. These facilities typically consist of small visitor centers and administration buildings, maintenance buildings for light vehicles and equipment, residences, storage buildings including hazardous material storage and the utilities associated with these buildings. Facilities also include pumps and water control structures, raceways and holding ponds, recreation and visitor facilities. Work is primarily mechanical, and electrical, but may require some associated services. On some larger projects the Architect-Engineer services may be as the Design Team member responsible for the mechanical and electrical design within the overall project. In accordance with Department of the Interior Acquisition Policy Release (DIAPR) 2004-1; The Fish and Wildlife Service (FWS) has set-aside this acquisition for small business under NAICS codes 541330. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. The average annual gross revenue for the last 3 fiscal years may not exceed $4,000,000. Other related disciplines, support personnel and construction inspection and the small business size standard are; NAICS codes 541310 (architectural services) ($4,000,000), 541340 (drafting services) ($6,000,000), and 541350 (building inspection services) ($6,000,000). The contract will be an indefinite-delivery, indefinite quantity, negotiated contract for one year, with options to renew the contract for four additional years. The minimum fee shall be $1,000 and the maximum fee shall be $550,000 for the life of the contract. Individual construction or rehabilitation projects typically will have construction values ranging from $25,000 to $200,000 with an occasional project between $200,000 and $500,000. EVALUATION CRITERIA: 1. Professional Qualifications- Demonstrate through past projects and training/certifications received by designers, knowledge of Mechanical Engineering, Electrical Engineering, and Construction Administration. 2. Capacity to accomplish the work- a. Experience and qualifications of proposed project coordinators. b. Number of personnel under each discipline. c. Number of registered professional engineers on staff. d. Availability and experience of CADD technicians. 3. Past Performance- a. Demonstrate performance on contracts with government agencies and private industry in terms of innovation, quality of work, cost control and compliance with performance schedules. b. Describe and list size of projects worked on. c. Provide any comparisons of your project estimates vs. bid prices. d. Provide references (customer, contact person and telephone number) to verify the quality of the design. 4. Specialized experience and technical competence- a. Experience in energy conservation, pollution prevention, waste reduction and use of recovered materials and the implementation of the life safety code. b. Experience and technical training on geothermal, ground source heat pump and loop field design for HVAC systems. 5. Location- Geographic proximity to Minneapolis/St. Paul Metropolitan Area. Computer Assisted Design/ Drafting- Experience using Auto CAD release 2000 and newer versions. 6. All responsible sources may submit a proposal which shall be considered. Solicitations may be ordered by Fax (612) 713-5151, or in writing to the above address. Telephone requests will not be accepted. This contract is subject to the Service Contract Act and the place of performance is unknown. A wage determination will be provided to the firm selected. See number notes 1 and 24.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144853&P_OBJ_ID1=95298)
- Place of Performance
- Address: Ft. Snelling,MN
- Zip Code: 551114056
- Country: US
- Zip Code: 551114056
- Record
- SN00520675-W 20040213/040211212714 (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 |