SOLICITATION NOTICE
C -- A&E Services for Renovation of Historic Building
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Arizona State Office, 230 N. First Avenue, Suite 509, Phoenix, AZ, 85003, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-9457-S-7-0002
- Response Due
- 8/27/2007
- Archive Date
- 9/11/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA-Natural Resources Conservation Service (NRCS) announces a Request for Qualifications for Architect and Engineering (A&E) firms interested in contracting for the A&E services for the renovation of approximately 1400 square feet of an historical building to create office space. This solicitation shall establish one Firm-Fixed-Price contract. Competition is restricted to small business. The applicable code from the North American Industry Classification System (NAICS) is 541310. This is NOT a request for proposals. No site visit is scheduled. No solicitation will be provided. Personal visits for the purpose of oral presentations of a firm?s capabilities in response to this request will not be allowed or scheduled. THE SF-330 IS DUE NO LATER THAN AUGUST 27, 2007 BY 3:00 PM MST. ONLY FIRMS RESPONDING BY THAT TIME WILL BE CONSIDERED FOR EVALUATION. Requested services will be in the application of providing preliminary drawings, construction specifications, and preliminary cost estimates for the interior renovation of an historic building. The building is on the national register of historic places. The architect shall be responsible for having all plans reviewed and approved by the State Historic Preservation Officer (SHPO). NRCS will provide the services of a Cultural Resources Specialist as a technical consultant in working with the State Historic Preservation Officer. Designs shall be developed in accordance with all applicable NRCS policies, standards, handbooks and manuals, which can be found at: http://www.nrcs.usda.gov and http://www.efotg.nrcs.usda.gov. Engineering services required may include but are not limited to design of interior office space, electrical and communications upgrades, HVAC, plumbing, lighting, preparation of construction plans (drawings), preparation of construction specifications, preparation of cost estimates, preparation of bid schedules, preparation of design reports, related studies, and all associated engineering services for the planning, design and construction of the work. The firm will be required to perform engineering design activities in accordance with established building standards for commercial buildings, as well as ADA standards. A quality assurance plan describing minimum inspection needs and frequency to ensure quality construction will need to be prepared for construction activities. Specifically, engineering services are required to perform all phases of design, construction supervision of structures, and any other practices as needed for successful implementation and operation This contract could include design for repair and replacement of existing systems, design review of other A&E firms, and construction inspection services. Services may involve direct consultation, supervision and inspection of construction for a specific project, including review and approvals of shop drawings, material selections, and quality control testing such as those associated with concrete placement and earth fill compaction. The government contemplates the award of one Firm-fixed price contract. PRESELECTION CRITERIA: Limited to firms with at least three years experience being the primary contractor on projects requiring SHPO approval. Those firms that meet the requirements described and wish to be considered must submit form SF330 to Curt Clark, Contract Specialist, at 230 N. FIRST AVENUE, SUITE 509, PHOENIX, ARIZONA 85003. It must be received in this office no later than 3 p.m. on August 27, 2007. The SF330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or their requirements listed. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Firms must provide a customer reference list with addresses and telephone numbers. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Contractor may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423. SELECTION CRITERIA: All firms responding to this announcement will be evaluated on the following factors which are shown in descending order of importance: Responses must include proposed sub-consultants for all disciplines. Responses should also include the qualification of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. 1) Professional capabilities and qualifications necessary for satisfactory performance of required services. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirements above, and their availability to perform on this contract. Knowledge of and experience in reviewing and preparing contract documents following UBC and local commercial code for historic buildings. 2) Specialized experience and technical competence in type of work required. Evaluation will be based on the extent of directly related experience in performing work that requires SHPO approval. Work experience/s should be documented as well as a description of the type work performed onto form SF-330. These work descriptions will be evaluated based on work being sought under this solicitation. 3) Capacity to accomplish work in the required timeframe considering current contract work orders and services being provided to other clients. Firms are required to assess and relate capacity to mobilize and apply the necessary job skills as required to meet schedules without interference from other assignments or jobs. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. 4) Past performance on contracts with government agencies and private industry. Evaluation will be based upon firm?s experience in performing the requirements in terms of cost control; quality of work, and compliance with performance schedules and timeliness to performance under previous contracts. References with telephone numbers must be provided. 5) Experience in reviewing construction documents including all those leading up to award of the contract including: site investigation plans, preliminary design data, design documents including drawings and specifications, etc. 6) Experience in preparing QA Plans and performing QA inspections during construction. 7) Geographical location in relation to the work assignment and knowledge of the locality of the project. Firms, which meet the requirements described in this announcement, are invited to submit a Standard Form 330 not later than 3:00 p.m. on August 27, 2007 to the attention of Curt Clark Contracting Officer, at 230 N. FIRST AVENUE, SUITE 509, PHOENIX, ARIZONA 85003 . Only those firms responding by that time will be considered for selection. Technical questions should be addressed to Ildefonso Chavez, State Conservation Engineering, telephone (602) 280-8832, e-mail ilde.chavez@az.usda.gov Private sector individuals, firms, and entities interested in providing these services are to submit three copies of completed form SF-330 to the contracting office at the address shown in this announcement, as well as any information that will assist with evaluation on selection criteria. Form SF-330 can be obtained from the following website: http://www.gsa.gov. The Federal Acquisition Regulation requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR database. These Annual Representations and Certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN). To register in ORCA, you need to have an active Central Contractor Registration (CCR) record, a Marketing Partner Identification Number (MPIN) from your CCR record, and know your DUNS number. Detailed information regarding ORCA and how to submit records is available on the ORCA website at http://orca.bpn.gov under Help and FAQs. You also have the option of entering the SF 330 Part II information directly into ORCA. Please indicate in your submission package if you have done this. THIS IS NOT A REQUEST FOR PROPOSALS. POINT OF CONTACT: Curt Clark Contracting Officer Phone 602-280-8804, Fax 602-280-8805, Email Place of Performance Address: 3241 N Romero, Tucson, AZ. Postal Code: 85705 Country: U.S.A.
- Place of Performance
- Address: USDA-NRCS, Plant Materials Center, 3241 N. Romero Road, Tucson, AZ
- Zip Code: 85705
- Country: UNITED STATES
- Zip Code: 85705
- Record
- SN01374627-W 20070818/070816220519 (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 |