Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOLICITATION NOTICE

C -- IDIQ for Civil Architect-Engineering Services-Minnesota

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
301817R005
 
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" for civil engineering. 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 wildlife refuges, 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 100% set aside for small businesses. See Numbered Note 1. The North American Industrial Classification System (NAICS) code is 541330. For informational purposes, the Small Business Size Standard is $4.5 million. 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) 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) number of registered professional engineers, (c) availability and experience of CADD technicians, and (d) 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 Standard Form (SF) 330 (both Parts I and II) by close of business February 9, 2006 to the US Fish and Wildlife Service, Region 3, Division of Contracting and Facilities Management, ATTN Patrick Peine, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Proposal-Do Not Open, No. 301817R005. Please direct questions regarding this solicitation to Mr. Peine at 612-713-5186 or email to patrick_peine@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=137673)
 
Place of Performance
Address: Minnesota
Zip Code: 55111
Country: US
 
Record
SN01208905-W 20070112/070110221113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.