SOLICITATION NOTICE
C -- Indefinite-Delivery, Indefinite Quantity (ID-IQ) Contract for Mechanical and Electrical Architect-Engineer Services
- 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
- 301817R003
- Response Due
- 2/9/2007
- Archive Date
- 1/10/2008
- Small Business Set-Aside
- Total Small Business
- Description
- 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 required are primarily for mechanical and electrical engineering including planning, design, drafting, and construction management for construction, maintenance, and rehabilitation of U.S. Fish and Wildlife Service 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 small office buildings (approximately 3,000 sf), visitor centers (approximately 12,000 sf), bunk houses, maintenance buildings for light vehicles and equipment, vehicle storage buildings, hazardous material storage, comfort stations, and the utilities, fire, and security alarms associated with these buildings. Facilities also include dams, pumps and water supply systems. Work is primarily mechanical and electrical but may require some associated services and support personnel. On some larger projects, the A-E services may be as the Design Team member responsible for the mechanical and electrical design within the overall project. The resultant contract will be an indefinite-delivery, indefinite-quantity type contract for a base period not to exceed one year from contract award, with four (4) one-year option periods. The amount of work shall not exceed a cumulative amount of $550,000 for all performance periods combined; no single task order will exceed $200,000. In accordance with the Department of Interior Acquisition Policy Release (DIAPR) No. 2004-01, Amendment 1, this announcement is set-aside for small business concerns only. The North American Industrial Classification System (NAICS) code is 541330. The Small Business Size Standard is $4.5 million in average annual receipts. 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 mechanical engineering, electrical engineering, and contract 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) Demonstrate experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials, and (c) Demonstrate experience and technical training on geothermal, ground source heat pumps, and loop field design of HVAC systems. (3) Capacity to Accomplish the Work-(a) Provide number of personnel under each discipline, (b) Provide number of registered professional engineers, and (c) Provide availability and experience of CADD technicians. The evaluation will consider the availability of an adequate number of key personnel and the extent of in-house facilities verses subcontracting needs. (4) 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, 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 sub-offices within our 8 state region. 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. Submissions to be addressed to the US Fish and Wildlife Service, Region 3, Division of Contracting and Facilities Management, ATTN Ms. Debbie Peterson, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Proposal-Do Not Open, No. 301817R003. Please direct questions regarding this solicitation to Ms. Peterson at 612-713-5188 or email to Debra_Peterson@fws.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=137625)
- Place of Performance
- Address: Fort Snelling, Minnesota
- Zip Code: 551114056
- Country: US
- Zip Code: 551114056
- Record
- SN01208904-W 20070112/070110221112 (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 |