MODIFICATION
C -- Professional Architect and Engineering (A/E) Bridge Design Services
- Notice Date
- 4/4/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern CA Acquisition Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- 1291S8-PSW-R5_Bridge_Design
- Archive Date
- 5/11/2018
- Point of Contact
- Dindo L. Laxamana, Phone: 7075629022
- E-Mail Address
-
dindolaxamana@fs.fed.us
(dindolaxamana@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any information requests. Respondents will not be notified of the results of the evaluation. The USDA, Pacific Southwest Region 5 is planning to solicit for multiple award A-E services Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6 Architect & Engineer Services. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement. The purpose of this Sources Sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate. The requirement is for Professional Architect and Engineering (A/E) services. Services include structural, and civil engineering services including, but not limited to the design of vehicular and pedestrian bridges, design of repair or maintenance of existing bridges, load rating of existing vehicle bridges, design of other related transportation structures including retaining walls, and scenic overlook platforms. Requirements will vary for each work order issued under this contract. Work may include performing site surveys, geotechnical investigation, hydrology and hydraulics, structural and civil engineering design, aquatic organism stream restoration design, preparation of construction drawings, construction specifications, cost estimates, shop drawing review, construction monitoring, construction inspection, and related services. Work may include engineering drafting for Forest Service designed projects. Road Bridge design projects generally include new and replacement bridges with spans from 20 to 150 feet, but may include longer span bridges. Road bridges are generally designed for one lane of traffic. Typical project values are less than $500,000. Projects are located on National Forest land, generally located in remote or rural areas. Access to road bridge projects is generally by low standard road. Access to pedestrian bridge project sites may be by hiking trail. The projects will generally be in the State of California, but may include projects located on National Forests in any other State. The Contractor/s shall: a) Provide adequate professional supervision and quality control to assure the accuracy, quality, completeness and progress of the work. b) Closely coordinate the work performed with the related work of the Government staff personnel c) Promptly report to the CO any ambiguities or discrepancies found in the project requirement, criteria, or documents involving the work d) When necessary, visit the project sites or contract Government location representative at the project sites; hold conferences and discussions with Government; and take such other action as may be required to obtain the data necessary for the design development, coordination and completion of each work order. e) Submit to the CO for approval any changes that will result in a modification to each Task Order, prior to implementation f) Furnish progress reports of the work. g) Prepay shipping and/or mailing charges on all material sent to the Contracting Officer (CO). h) Provide access to all work and all of the A-E facilities and equipment engaged in the work for inspection by the Contracting Officer during normal business hours. Each awardee will be guaranteed $2,500 worth of work in the base period of the contract. The maximum value of the contract will not exceed $2 million over the potential contract performance period of five years. Firm's response to this Sources Sought Announcement shall be limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address. 2. Firm's interest in submitting their SF 330, when Synopsis is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to A-E contracts with a similar scope, comparable work performed within the last five (5) years: Brief description of project, customer name, timelines of performance, customer satisfaction, and dollar value of the project). Provide at least three (3) examples. 4. Firm's Business Size. 5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable. The North American Industry Classification Code (NAICS) is 541330 - (Engineering Design services) and the size standard is $15 million average annual receipts for the preceding three fiscal years. Email response to dindolaxamana@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1e01165efb62c76ced0c9f330d2fcd2)
- Place of Performance
- Address: 1323 Club Drive, Vallejo, California, 94592, United States
- Zip Code: 94592
- Zip Code: 94592
- Record
- SN04877512-W 20180406/180404230909-f1e01165efb62c76ced0c9f330d2fcd2 (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 |