SOLICITATION NOTICE
C -- IDIQ A-E Services - Draft SOW
- Notice Date
- 3/1/2018
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting North - Colville NF, 765 S. Main, Colville, Washington, 99114, United States
- ZIP Code
- 99114
- Solicitation Number
- 1205G118R0010
- Archive Date
- 5/31/2018
- Point of Contact
- Cathy E. Van Alyne, Phone: (509) 684-7114
- E-Mail Address
-
cvanalyne@fs.fed.us
(cvanalyne@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Statement of Work THIS IS A REQUEST FOR STANDARD FORM (SF) 330, NOT A REQUEST FOR PROPOSAL (RFP) Indefinite Delivery Indefinite Quantity (IDIQ) Contract (s) Architect - Engineering (AE) Services for the Colville National Forest The Colville National Forest has a requirement for architectural, engineering and technical design services for a variety of projects. Location of the work will be in Stevens, Ferry and Pend Oreille Counties, Washington (located in the NE portion of Washington State). The Government anticipates awarding firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the services described in this synopsis. The intent and objective of the contract(s) is to obtain civil, structural, water and wastewater design services for the Forest Service transportation systems and recreation and administration sites. Typical projects requiring design services include a variety of inspection, maintenance, repair, rehabilitation, decommissioning, construction, or reconstruction work for roads, bridges, aquatic passage structures and related stream channel work, culverts, bottomless arches, retaining walls, trail bridges, snow sheds, hay sheds, picnic shelters, campgrounds, recreation and administrative site water distribution systems, and storm water or wastewater systems. Subsidiary design services required to complete a task order such as geotechnical, hydraulic engineering services and minor mechanical/electrical design are included within this contract. Reference the attached draft statement of work. It is estimated that most of the task orders will be for designing culverts; decommissioning projects; stream restoration; and large road structures throughout the Colville National Forest. All design work, to include preliminary design, shall be performed by or under the direct supervision of a professional Architects/Engineers licensed in the State of Washington. The Architects/Engineers shall be qualified by education and experience to design the type of work included in each task order. The Contractor shall furnish all materials, supplies, equipment, transportation and personnel to provide the described architectural and engineering services. The Contractor shall prepare documents containing alternatives, cost estimates, drawings, calculations and recommendations, as appropriate, for the task order(s). CONTRACT INFORMATION: The contracts are being procured in accordance with the Brooks Act (P.L. 92-582) as implemented in FAR Subpart 36.6. After the evaluation and ranking process by the Technical Evaluation Board (TEB) and the most highly qualified pool of Contractors is determined, the Request for Proposal solicitation with the common clauses to all tasks orders, and terms and conditions applicable to any resultant contract, will be sent to those highly qualified Contractors only. IDIQ contracts will then be negotiated and awarded to those firms if the price is reasonable. The period of performance for the contracts will be five years from the date of award or until the maximum dollar limit is reached, whichever occurs first. The Government anticipates awarding up to three (3) contracts as a result of this announcement, but may make more awards in order to assure the most advantageous arrangement of firms to meet the Government's needs. The total amount of all task orders (aggregate total), when combined, will be less than $999,000.00 over the five year period and the minimum guarantee for each award will be $2,500.00. Task orders will be competed among the firms receiving awards of a contract utilizing the procedure outlined in FAR Part 36 and Public Law 92-582 "The Brooks Act". 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 in excess of the minimum guarantees. The project is advertised as a total small business set-aside. Submittals from firms who do not meet the small business requirements will not be considered. The NAICS code for this project is 541330 and the Size Standard is $15 million. All interested firms who meet the small business size stands and chose to submit a Standard Form 330 will be considered. In accordance with FAR clause 52.204-7, Central Contractor Registration, will Contractors doing business with the federal Government must be registered in the System for Award management (SAM) database prior to any award and throughout contract performance. In accordance with FAR clause 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the selected firm. SUBMISSION REQUIREMENTS: The SF 330 Part 1 shall be limited to 50, 8.5 x 11 pages with a minimum font size of 10. Submit the following: A) One (1) original and three (3) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing subsequent selection criteria information; and B) one electronic copy (submitted on digital media storage such as a USB flash drive), in Adobe Acrobat format, of the complete SF 330 being submitted by the firm. The following is the criteria that will be used during the evaluation process. Please be sure to review the submission requirements included with each criterion. The criteria is listed in descending order of importance. EVALUATION CRITERIA 1. Professional Qualifications: Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: a. Provide brief resumes of proposed team members who will specifically serve as the Organization Principles, Project Managers and Designers of Record, etc. Each resume shall include a maximum for five (5) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. b. Provide resumes of other relevant team members. Include an organization chart that shows the appropriate in-house personnel and personnel with outside consultants. 2. Specialized Experience and Technical Competence: Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials Submission Requirements: a. Described the team's experience in design of culverts, decommissioning projects, stream restoration, large road structures and others listed in the scope of work. Discuss firm's ability and experience to work with Government entities and design stands or similar relevant experience with other entities. Discuss firm's ability and experience to work with Government entities and design standards or similar relevant experience with other entities. b. Describe your approach in implementing energy conservation, pollution prevention, waste reduction and use of recovered materials (including Biobased Products) in your designs. c. List all the biobased products that you will use on this contract and the estimated dollar value. If you do not plan on using any biobased products include a reason why. d. Provide a maximum of ten (10) specific completed projects that best illustrate overall team experience relevant to the work activities outlined in this contract. Include within block 24 of the SF 330, Section F, additional sheets may be used, if required. • A brief narrative of the project • Dates of performance • Indicate whether you were the prime or subcontractor. • Award amount of the contract • Project name, firm name, point of contact name, address and phone number. • Place an asterisk *** by any job which is similar to the requirements of this solicitation. • A description of any problems encountered and the efforts made to correct and prevent future occurrences. 3. Past Performance: Past performance on contracts with Government agencies (USFS preferred) and private industry in terms of cost control, quality of work, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of federal past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: a. Provide a detailed narrative of up to ten (10) maximum relevant projects (not ten projects for each firm or consultant), completed within the last five (5) years, the best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team's experience with projects of similar size and scope to those to be performed under this contract. b. Provide accessible owner points of contact: name, title, address, telephone number and fax number. 4. Capacity: Capacity to accomplish the work in the required time. Submission Requirements: a. Indicate the firm's present workload and the availability of the project team (including sub-consultants/contractors) for the specified contract performance period. b. Describe experience in successfully delivering projects per performance schedules, providing timely construction support and successfully completing multiple projects with similar delivery dates. 5. Geographic Location: Work Experience in the general geographical area and knowledge of the locality of the area; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects. Submission Requirements: a. Describe and illustrate the team's knowledge of the design approaches, construction materials, costs, remote locations and other conditions unique to the geographic area related to the contract for which the submittal is being made. 6. Organization and Management: Discussion of the firm's organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirements: a. Outline the firm's approach to design, construction and project management. Document the ability to handle project with multiple end-users and complex requirements; b. Describe the team's organization. Provide an organization chart that identifies the overall relationship and line of authority of the proposed team. Include firm names, key personnel and their discipline/specialty. c. Describe the QC program and identify the person primarily responsible for the QC program. Indicate how the prim will ensure quality consistently across the entire team. d. Address the QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting decisions and incorporating and tracking review commends and completion of construction milestones. 7. Other Evaluation Criteria: This criteria is for benefits to local community. a. Benefits to Local Community, Part of the funding sources for the tasks order state the funding is to benefit local economies by providing local employment or training opportunities through contracts / task orders or how the Contractor will benefit the local communities (Pend Oreille, Stevens and Ferry Counties, Washington State). The Contractor shall describe how and to what degree hiring or training residences as employees or as subcontractor would be accomplished. The Contractor shall describe to how and to what degree materials, supplies, lodging, meals or incidentals would be purchased in the counties listed above. Notes: Evaluation past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points for contact or valid phone numbers could result in a firm being considered less qualified. All project provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded form evaluation consideration. Additional Information: All information must be included in the SF 330 package (cover letter, attachments and excess number of pages will be excluded from evaluation process). Please include your firm's DUNs# in Part I, Section B of your SF 330. Those firms that meet the requirements in this announcement and wish to be considered must submit their Standard Form 330 per above listed Submission Requirements, to: USDA Forest Service Colville National Forest Attn: Contracting Officer / Cathy VanAlyne 765 South Main Colville, WA 99114 Submissions will be made not later than 3:30 p.m., Pacific Time, on April 2, 2018. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and E-Mail submittals will not be accepted. E-mail address for inquires is: cvanalyne@fs.fed.us. Funding Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/1205G118R0010/listing.html)
- Place of Performance
- Address: Ferry, Stevens and Pend Oreille Counties, Washington State, Colville, Washington, 99114, United States
- Zip Code: 99114
- Zip Code: 99114
- Record
- SN04839701-W 20180303/180301231416-cdaf11d392230a03f1bb5f3497eb1e6a (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 |