Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2014 FBO #4638
MODIFICATION

C -- Architect-Engineering Services - Statement of Work

Notice Date
8/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Intermountain Region, 324 25th Street, Regional Office, Ogden, Utah, 84401
 
ZIP Code
84401
 
Solicitation Number
AG-84M8-S-14-0006
 
Point of Contact
Matthew A. Morris, Phone: 2083734166, Brian J Wharton, Phone: 801-625-5748
 
E-Mail Address
mamorris@fs.fed.us, bwharton@fs.fed.us
(mamorris@fs.fed.us, bwharton@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 330 Statement of Work with evaluation factors THIS IS NOT A REQUEST FOR PROPOSAL The Forest Service has a requirement for Architect-Engineering (A-E) Services and anticipates multiple awards of a Firm Fixed Price Indefinite Delivery Indefinite Quantity Contracts (IDIQ) for a Base plus Four (4) Option Years. Period of performance is Jan 2015 through Dec 2019. The total amount for the contract(s) shall not exceed $5mil. The minimum guarantee is $2,500 for the life of the contract. Delivery Orders will be issued, as the need arises during the course of the contract period. A firm fixed price A-E Delivery Order will be used. A-E firms that meet the requirements described in this announcement are invited to submit two paper copies (1 original and 1 copy) and one electronic copy on disk of their completed Standard Form 330, "Architect-Engineer Qualifications," Parts I and II. Limit your SF 330 along with supporting data for a total package of not more than 40 pages (80 front and back), 8 ½ x 11 paper, 12 pitch, printed double sided, flip on short end, two hole punched on top, put company name and page number in footer. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection boards. Experiences identified in Block 19. RELEVANT PROJECTS shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to all other material is not acceptable. This is not a request for proposal; this synopsis is for the purpose of source selection. Firms responding to this announcement by the response date (3 Sept 2014, 2:00 PM MST) will be considered. Address SF 330 submittal to: USFS SWINAC 1249 S Vinnell Way, Boise, ID 83709 Attn: Matt Morris. No other general notification to firms under consideration will be made and no further action is required. The proposed acquisition listed herein is a 100% Small Business Set -aside in accordance with the Small Business Job Act of 2010. NAICS Code: 541330 Size standard $14 mil. PROJECT INFORMAITON. This contract requires professional services to provide Architect-Engineering Services to the USDA Forest Service (USDA FS). The work required under this indefinite delivery, indefinite quantity (IDIQ) contract consists of furnishing all services, materials, supplies, support, labor, transportation, and performing all work necessary for production of facility and recreation design and project management of construction projects. The level of work may be Title I, Title II, or Other-Services, or any combination of these as described in this contract. (Title I) Professional services of an architectural or engineering nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services; (Title II) Professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property; and (Other A-E Services) Those other professional services of an architectural or engineering nature, or incidental services, that members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. Specific project requirements will be outlined in the individual task order descriptions and in subsequent pre-design meetings. Projects may be located at various locations throughout the United States, with a majority of the work located within Region 4 (Utah, Southern Idaho, Western Wyoming, Eastern California and Nevada).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84M8/AG-84M8-S-14-0006/listing.html)
 
Place of Performance
Address: USFS R04, United States
 
Record
SN03449094-W 20140806/140804235207-48fdc775af71741045b1913688009a2e (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.