SOLICITATION NOTICE
C -- Indefinite Quantity Indefinite Delivery (IDIQ) - A/E Services, Civil Engineering Base Year plus 4 year options
- Notice Date
- 1/10/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 301817R002
- Response Due
- 2/9/2007
- Archive Date
- 1/10/2008
- Small Business Set-Aside
- N/A
- Description
- FBO Announcement for A-E - Civil (Full and Open, Mult Award) GENERAL REQUIREMENTS:The U.S. Fish and Wildlife Service (FWS), Region 3, is seeking the submittals of Standard Form (SF) 330 "Architect-Engineer Qualifications". This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architect-Engineer (A-E) services are required primarily for Civil Engineering (structural, geotechnical, hydraulics, water supply, transportation) and surveying. Work to include planning, design, drafting, and construction management for construction, maintenance, and rehabilitation of FWS facilities. The facilities are located at National Wildlife Refuges, National Fish Hatcheries, Research Laboratories, and other field stations in the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri, These facilities typically consist of roads, parking lots, trails, small vehicular and pedestrian bridges, dam, dikes, canals, pumps and water control structures, water supply systems, raceways and holding ponds, boat landings, fences, gates, recreation and visitor facilities, and wildlife habitat. Facilities also include maintenance buildings for light vehicles and equipment, vehicle storage buildings, bunk houses, hazardous material storage, comfort stations, and the utilities associated with these structures. Work is primarily civil engineering and surveying, but may require related disciplines and support personnel. The resultant contract(s) will be an indefinite-delivery, indefinite-quantity (ID-IQ) type contract for a base period not to exceed one year with four (4) one-year option periods for a total contract value of $2 million. This announcement is open to all businesses regardless of size. The North American Industrial Classification System (NAICS) code is 541330. For informational purposes, the Small Business Size Standard is $4.5 million. If a large business is selected for this contract, an approved subcontracting plan will be required in compliance with FAR 52.219-9. SELECTION CRITERIA: See Numbered Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance. (1) Professional Qualifications-(a) Demonstrate through past projects and training/certifications received by designers, knowledge of civil engineering (structural, hydraulics, geotechnical, water supply, transportation), and construction administration, and (b) Demonstrate experience and qualifications of project coordinators, (2) Specialized experience and Technical Competence-(a) Describe and list size of projects which are similar to the type of FWS work described above, (b) Describe experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials, (3) Capacity to Accomplish the Work--(a) Provide number of personnel for each discipline, (b) Provide number of registered professional engineers, (c) Provide availability and experience of CADD technicians,and (d) Provide availability of surveying services, (4) Past Performance-(a) Demonstrate performance on contracts with government agencies and private industry in terms of innovation, cost control, quality of work, and compliance with performance schedules, and (b) Provide references to verify the quality of design. (5) Location-(a) Geographic proximity to Minneapolis/St. Paul, Minnesota, metropolitan area, and (b) List any sub-offices within the eight state region (MN, WI, MI, IA, MO, OH, IL, IN). SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform the work must submit an original and three (3) copies of the SF 330 form (both Parts I and II) by close of business February 9, 2007, to the US Fish and Wildlife Service, Region 3, Division of Contracting and Facilities Management, ATTN Mr. Robert (Jake) Jacobson, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Proposal-Do Not Open, No. 301817R002. Please direct questions regarding this solicitation to Mr. Jacobson at 612-713-5165 or email to Robert_Jacobson@fws.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=137620)
- Place of Performance
- Address: U.S. Fish & Wildlife (FWS) Facilities Great Lakes Region 3, Locations: Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri
- Zip Code: 551114056
- Country: USA
- Zip Code: 551114056
- Record
- SN01208902-W 20070112/070110221110 (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 |