Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) A/E Services Architectural

Notice Date
3/23/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301819R112
 
Archive Date
3/23/2010
 
Point of Contact
Lauretha Randle Contract Specialist 6127135217 Lauretha_Randle@fws.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
This is a full and open unrestricted solicitation.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 Architectural Services. 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 small office buildings, visitor centers, bunk houses, maintenance buildings for light vehicles and equipment, vehicle storage buildings, hazardous material storage, comfort stations and the utilities associated with these buildings. Facilities also include roads, parking lots, trails, observation decks, kiosks, boardwalks, small vehicular bridges, pedestrian bridges, fences, gates, boat landings, recreation and visitor facilities and wildlife habitat. Work will typically require architecture, landscape architecture, civil, mechanical, electrical, interior design and construction administration. 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. Individual construction or rehabilitation projects typically will have construction values ranging from $50,000 to $1,000,000 with an occasional project between $1,000,000 and $6,000,000. This announcement is open to all businesses regardless of size. The North American Industrial Classification System (NAICS) code is 541330. 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: 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 Architecture, landscape Architecture, Interior Design, Mechanical Engineering, Electrical Engineering and Contract Administration, (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 green design including energy conservation, pollution prevention, waste reduction and use of recovered materials. (c) Demonstrate experience with photovoltaic, wind, and geothermal design. (3) Capacity to Accomplish the Work--(a) Provide number of personnel for each discipline, (b) Provide number of registered professional Architects and Landscape Architects, (c) Provide availability and experience of CADD technicians, (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. 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 by April 24, 2009 to the US Fish and Wildlife Service, Region 3, Division of Contracting and Facilities Management, Attention: Lauretha Randle, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package mark: Solicitation No. 301819R111. Please direct questions regarding this solicitation to Lauretha Randle at 612 713-5217.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da9065c9fed36cacb063f9755bb33749&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Fish and Wildlife Service Facilities, Region 3 - Locations: Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri<br />
Zip Code: 551114056<br />
 
Record
SN01775169-W 20090325/090323215048-da9065c9fed36cacb063f9755bb33749 (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.