Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOLICITATION NOTICE

C -- A-E IDIQ for Surveying Services

Notice Date
5/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Bureau of ReclamationPacific Northwest RegionRegional OfficeAcquisition Management Division1150 N. Curtis Road, Ste. 100BoiseID83706-1234US
 
ZIP Code
00000
 
Solicitation Number
140R1018R0039
 
Response Due
6/14/2018
 
Archive Date
7/14/2018
 
Point of Contact
Scott Cooper
 
E-Mail Address
Contract Specialist Email Address
(smcooper@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bureau of Reclamation; Pacific Northwest Regional Office; Indefinite Delivery, Indefinite Quantity Contract for Architectural and Engineering Services, Surveying. The Pacific Northwest Regional Office (PN Region) of the U.S. Bureau of Reclamation intends to award one Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Architectural and Engineering (A-E) survey services in the state of Washington and a small portion of western Montana. The term of this contract is for five years. The total value of this contract shall not exceed $2,000,000.00. The minimum guarantee for this project is $2,500.00. The contract ceiling price is $2,000,000.00. The scope of the contract is to provide surveying services to support a variety of Reclamation programs. Surveys are needed for habitat improvement actions such as: correcting passage barriers; correcting stream flow deficiencies; and correcting screen deficiencies. Additionally surveys will be needed in support of facility management and other reclamation programs such as: planning, construction, facility operation and maintenance, safety of dams, and lands management. The geographic area for this contract will encompass the state of Washington and a small portion of western Montana. At this time, the projected work under this contract is for the following projects: -Cle Elum: Survey approximately 13 properties -Potholes: Supplemental feed route project -Kachess Dam: Survey all major points for design This acquisition is a Total Small Business SetAside. The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit qualifications packages. The North American Industry Classification (NAICS) Code is 541370. The small business size standard applicable to this project is $15 million in gross annual receipts averaged over the previous three one-year accounting periods. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Selection criteria for all contracts: (a) Award will be made to the responsible offeror submitting a proposal which conforms to the solicitation and is most advantageous to the Government considering the factors and any significant sub-factors listed in this provision. Direction set forth in FAR 36.6 will be followed. (b) Interested firms must submit their SF 330 documents to be considered for this contract. Firms submitting their SF330 will be evaluated on their experience, capabilities and qualifications to perform the required services. The evaluation criteria are listed below in descending order of importance. Criteria numbers one, two, and three are primary. (1) Professional Qualifications: The evaluation will consider relevant education and training and licensure, intended contract role(s) as defined herein to be filled by personnel, as well as experience both past and recent (within the last five years) In your SF-330, state the amount of time, expressed as a percent, that the responsible Licensed Land Surveyor will work on survey projects. At least one key personnel must have a professional license for Land Surveying in each state (WA and MT). (2) Specialized Experience: The evaluation will consider specialized experience in performing surveying. List years of experience in similar surveys for the key personnel that will be assigned to the projects. Indicate your firm's knowledge of local survey practices for the localities you propose to perform surveys in. Include an outline of field and office procedures, including a self-inspection or QA/QC plan. (3) Capacity to Accomplish the Work in the Required Time: Capacity to perform approximately $400,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E will be considered. Provide contact information (phone number and email address) of personnel who have personal knowledge of your firms past performance. (5) Knowledge of the Locality: The evaluation will consider the firms knowledge and expertise in performing surveys in the localities (Washington and Western Montana) of this IDIQ. (6) Geographic Location of the firm: The most advantageous location would be nearest to the Pacific Northwest Regional Office, Boise, ID. Geographic Location of the firm will only be used as a tie-breaker among technically equal firms. (c) Firms desiring consideration shall submit an original SF-330, Architect-Engineer Qualifications package, Parts I and II, along with one electronic copy on CD (using Microsoft Word (doc) or Adobe Acrobat (pdf). Firms shall also submit one (1) original and four (4) copies of the completed SF-330. SF 330 Parts I & II and supporting documentation shall not exceed a combined total of fifty (50) 8.5"x11" single-sided pages with font not to be smaller than 11 pt. (d) After discussions are held with at least three of the most highly qualified firms, the selection authority shall forward a list of selected firms to the Contracting Officer, in accordance with FAR 36.6. The Contracting Officer may then initiate negotiations, and a request for proposal shall be forwarded, first to the most preferred firm on the list. Price proposal instructions included in this solicitation shall only apply to those firms with whom negotiations are initiated. Price proposal information shall be submitted only when specifically requested by the Contracting Officer. The last day to submit any questions will be 3:00 pm local time on June 5, 2018. Questions will only be accepted and answered via email, smcooper@usbr.gov. The five (5) hard copies and one (1) CD, that includes PDF copies of all the required documents, must be received 3:00 pm local time on June 14, 2018. Address packages to: Bureau of Reclamation, Pacific Northwest Regional Office Attn: Scott Cooper/Contract Specialist 1150 N. Curtis Rd. Boise, ID 83706 Electronic submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da9429dc843493730dd2e20928195204)
 
Record
SN04921335-W 20180516/180514230719-da9429dc843493730dd2e20928195204 (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.