SOLICITATION NOTICE
C -- Landscape Architecture Services Green and White Mtn NF
- Notice Date
- 3/2/2012
- Notice Type
- Presolicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-9 North East Acquisition Team (NEAT), 4 Farm Colony Drive, Warren, Pennsylvania, 16365, United States
- ZIP Code
- 16365
- Solicitation Number
- AG-24H8-S-12-0013
- Point of Contact
- Melissa A Conn, Phone: 814-728-6241
- E-Mail Address
-
mconn@fs.fed.us
(mconn@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA Forest Service, Eastern Region, Northeast Acquisition Team, Warren, PA plans to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Landscape Architecture Services. Contract will include a base year and 4 options of 1 year each. Fixed price task orders issued under the basic contract will include a specific statement of work and be negotiated as individual projects. The cumulative total of all task orders issued under this contract cannot exceed $1,000,000 for the total 5 year period. The minimum guarantee for the 5 year period is $10,000 over the life of the contract. This work is a 100% Total Small Business Set Aside. The types of Landscape Architectural Services include design of Forest sites and recreation amenities to include but not limited to Forest landscapes, planting plans, recreation services, utilities, site permitting, campgrounds, signage, or building projects. In a typical year, the work generally constitutes schematic layouts, site design, landscape architecture, environmental analysis, recreation planning, civil & environmental, electrical, architectural, and mechanical design. Facilities include but are not limited to landscapes, vegetation rehabilitation, site work, boat launches, tent sites, signage, canoe access, rustic trails, Forest buildings, campgrounds, roads, parking lots, utilities and other recreation work. The A/E firm shall furnish all services, materials, supplies, plant, labor, equipment, investigations, inspections, tests, studies, superintendence and travel as required. The projects may be located at various locations throughout the United States, however, the major portion of work will focus in NY, PA, NY, ME, NH, OH, WV, IN, IL, MI, MO, VT, WI, and MN (with emphasis in VT & NH). In order to use local sources the government may recommend subconsultants located in close proximity to the actual work to work with the Prime A&E. There is a need for the design firm to be physically located within a 115-mile radius of Rutland, VT due to a need for same day travel to the sites. The Forest Service's Eastern Region Technical Services Team shall manage the technical contract duties and scheduling of this contract. The 115-mile radius is required for the prime contractor and could include the subcontract team, depending on the activity being subcontracted. The A/E firm will not receive travel reimbursement for same-day travel to/from Rutland, VT or project sites for the face-to-face meetings. Firms will be evaluated on the following factors: 1. Specialized Experience and technical competence in the type of work required. (42 Subtotal points) a. Firm's experience with A/E IDIQ or open-ended contracts - 2 contracts ( 6 points) b. Firm's experience with Federal and State Government A/E contracts- 2 contracts ( 6 points) c. Firm's direct experience with recreation design of federal, state and institutional facilities -3 projects ( 6 points) d. Firm's direct experience with timber/rustic details, heavy timber/log structures, recreational amenities, trails, campgrounds, and rural park design-3 projects ( 6 points) e. Firm's direct experience in landscape architecture as the prime task manager- 3 projects ( 6 points) f. Firm's direct experience developed recreation facilities design - 3 projects ( 6 points) g. Demonstrated past project experience in utilizing recreation accessibility standards for campgrounds, trails, and outdoor activities using FSTAG and FSORAG codes. ( 6 points) 2. Professional Qualifications necessary for satisfactory performance of services. (25 Subtotal points) a. Variety of professional staff registered in VT and NH with experience related to the types of projects in this requirement and the locations in this requirement. (5 points) b. Knowledge of the National Forest systems with demonstrated knowledge of potential projects conditions, snow conditions, construction methods, sustainable materials, green suppliers, accessibility, USFS Built Environment Image Guide, LEED, etc. (5 points) c. Cost Estimating knowledge in VT and NH ( 5 points) d. Permitting knowledge with State and local Governments in VT and NH area for wastewater, storm water, pollution, ground disturbance, and facilities. (5 points) e. Proven ability to work together as a team doing quality integrated design work. Demonstrate 3 examples. ( 5 points) 3. Location within 115 miles of Rutland, VT (20 points) 4. Capacity to accomplish the work in the required time ( 9 points) (assume 2-3 projects a year up to $200,000) a. Demonstrate the firm's project quality control plan for the design process. ( 3 points) b. Identify the firm's and design teams approach to saving Government money in the design process, the construction of design documents, and AE fees. ( 3 points) c. Capacity to coordinate and perform multiple task orders simultaneously and to fast track the completion of urgent projects (3 points) 5. Past Performance on projects including Cost Control, Quality of Work, Compliance with Performance Schedules, etc. (4 points) Firms qualified and interested in providing the Landscape Architectural Services described in this synopsis are invited to submit Standard (SF) 330, Architect-Engineer and Related Services in one (1) original hardcopy and three (3) CD/DVD copies. There should be 3 separate CD/DVD's capable of being read utilizing windows XP or 7 operating systems. Each CD shall contain only one PDF file which represents the contractors entire submission. Parts 1 and 2 of the SF-330 must be completed and submitted for all contractors, subcontractors and proposed consultants. Please address the evaluation factors as part of your SF 330 Part 1, Section H submission if they are not addressed elsewhere on the forms. Fax or email submissions will not be accepted. The hardcopy submission should fit within an 8 ½ x 11 one inch thick three ring binder. The SF 330 can be obtained from http://www.gsa.gov/portal/forms. Interested parties shall submit their information to: USDA Forest Service, Allegheny National Forest, 4 Farm Colony Drive, Warren, PA 16365, attn: Melissa Conn by 4:30 pm ET on April 4, 2012. Selection will be in accordance with the Brooks Act and Federal Acquisition Regulations Part 36. The Forest Service intends to offer a formal solicitation and enter into negotiations with the highest rated technical offer. If a mutually agreed to contract cannot be reached, then the Contracting Officer will formally terminate negotiations with the highest rated technical offer and proceed to negotiations with the second highest rated technical offeror. The intent is to have a contract awarded prior to June 1, 2012. To be eligible for a contract award, a firm must be registered in both the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov). Questions may be directed to Melissa Conn, Contracting Officer at mconn@fs.fed.us or 814-728-6241.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/24H8/AG-24H8-S-12-0013/listing.html)
- Place of Performance
- Address: Green Mountain National Forest, 231 N Main Street, Rutland, Vermont, 05701, United States
- Zip Code: 05701
- Zip Code: 05701
- Record
- SN02688170-W 20120304/120302235054-d4ba9a02dab4ca7f07817bf0e666d8b4 (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 |