Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2008 FBO #2242
SOLICITATION NOTICE

C -- A&E Services Indefinite Delivery-Indefinite Quantity for California

Notice Date
1/14/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC664 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NDR080011
 
Response Due
2/13/2008
 
Archive Date
1/13/2009
 
Point of Contact
Dane L. Johnson Contract Specialist 3032369434 dane_johnson@blm.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
N/A
 
Description
The Bureau of Land Management (BLM) is seeking Architect-Engineer (AE) Services for California under two Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. CONTRACT INFORMATION: The services that may be required will consist of, but are not limited to, one or more of the following: designs and/or feasibility studies for new structures; the planning, design, evaluation, construction management, maintenance and/or rehabilitation, and field surveying of facilities; environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, and/or hazardous/toxic materials. Work will be on BLM lands in California or on lands in California where the BLM has a formal agreement pertaining to use, occupancy, or operation of the property. Facilities typically consist of buildings; utilities including electrical systems, water and sewage systems, plumbing systems, and HVAC systems; roads and trails; site plans including building location, access, drainage, parking, landscaping and other related features; and visitor facilities. Work will include architectural, structural, mechanical, electrical, civil, geotechnical, and landscape architect capabilities plus related support. Services may include: 1) Title I Pre-design services to include advance planning studies, field surveys, investigations, concept cost estimates, and concept development studies. 2) Title II Design services including the design and documentation for construction of new facilities by contract; the preparation of specifications, drawings, site plans, cost estimates, bid schedules and time lines. 3) Title III Construction Management services including inspection of all actions required to complete the proposed facility from contract award or start of construction to acceptance including the warranty period. The AE contractor will work with BLM engineers in the California State Office, Sacramento, California. ****SELECTION CRITERIA: The following are the selection criteria listed in descending order of importance. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciplines; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental. In addition, a Certified Industrial Hygienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included with the Architect Engineer Qualifications Form (Standard Form (SF) 330). ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. ****C. CAPACITY TO ACCOMPLISH WORK IN THE REQUIRED TIME: Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Task Orders under an IDC. Provide specific examples of both with the SF 330. ****D. PAST PERFORMANCE: Provide examples of project specific work for your five most recent projects, including past and/or current IDC's, with the Department of Interior (DOI) and other Government Agencies and/or private industry. Provide recent performance evaluations. Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance from five of your most recent projects. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed on the SF 330. ****E. LOCATION: Location of the firm within the general geographical area of the proposed requirement(s). The BLM anticipates award of two IDIQ contracts for one (1) base period, plus four (4) one year option periods. One award is being solicited on an unrestricted basis pursuant to the Small Business Competitive Demonstration Program, and one award is being solicited as a 100% Service Disabled Veteran Owned Small Business set aside. The NAICS Code for this procurement is 541310, and the small business size standard is $4.5 million in annual average gross revenues for the last three (3) fiscal years. The cumulative total of all Task Orders for both the base and option periods shall not exceed $5,000,000.00. The minimum guarantee for the contract shall be $10,000.00. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. All interested, qualified firms are invited to submit an original and one copy of a letter of interest, and a completed Standard Form 330, Parts I and II with supplemental data. An Adobe Acrobat version of the SF 330 form is available at www.gsa.gov. PLEASE READ THE INSTRUCTIONS FOR THIS FORM CAREFULLY. FACSIMILE SUBMISSIONS WILL NOT BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated with. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. Submission of office brochures is encouraged only to the extent that they graphically (via drawings and photographs) substantiate the work specifically described on the SF 330. Questions concerning submissions should be directed to Dane Johnson at Dane_Johnson@blm.gov. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. Contractors must be registered or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to facilitate award of a contract. Contractors should also register or update their registration at the Online Representations and Certification Application website at http://orca.bpn.gov. To be considered for selection, responses to this announcement must be received no later than 4:00 PM MST on February 13, 2008. Submit all documents to: Bureau of Land Management, Bldg. 50, OC-6440, Denver Federal Center, Denver, Colorado 80225, Attn: Dane Johnson, Contracting Officer.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1398750)
 
Place of Performance
Address: State of California
Zip Code: 95825
Country: USA
 
Record
SN01485046-W 20080116/080114230223 (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.