SOLICITATION NOTICE
C -- USDA Forest Service Region 1 Architect & Engineering Design IDIQ
- Notice Date
- 7/3/2018
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula Road, Missoula, Montana, 59804, United States
- ZIP Code
- 59804
- Solicitation Number
- 12034318R0018
- Archive Date
- 8/17/2018
- Point of Contact
- N. Jean Windle, Phone: (406) 329-3756
- E-Mail Address
-
njwindle@fs.fed.us
(njwindle@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S.D.A Forest Service, Region 1, Northern Region has a requirement for professional architect and engineering design services IDIQ contract. Interested Vendors are advised that this is a 30-day pre-solicitation notice. A single firm fixed-price Indefinite-Delivery, Indefinite Quantity (IDIQ) contract will be awarded to a small business under NAICS 541310, Architectural Services, $7.5 million. This acquisition is being conducted under the authority of the Brooks Act, and in conformance with FAR Part 36. No solicitation will be downloaded onto the FedBizOpps website. Architect & Engineer firms are advised to respond to this announcement. Instructions on what to submit are provided in the announcement text below. The duration of the contract will be for one year from the date of initial award with four, one year option periods. The cumulative total amount available for all awards made (all option years and all task orders issued under all awards) shall not exceed $5,000,000.00. The minimum guarantee including the base and option years will be $10,000 (life of the contract). The options may be exercised within the time frame specified in the resultant contracts at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the contract. Firms interested in responding to this notice are reminded of the following: (1) FAR Clause 52.219-14, Limitation on Subcontracting, which establishes limits on the amount of subcontracting under a small business set aside, will be included in the resultant contract; and (2) the firm selected for award will be allowed to subcontract only with those firms agreed upon during negotiations. See FAR 36.606(e). Prospective Projects will primarily involve providing new construction or reconstruction needs of the Forest Service, buildings, roads, landscape, mechanical and electrical systems at Forest Service recreation and administration sites. Typical projects may include a variety of landscaping or reconstruction needs for office buildings, laboratory buildings, warehouses and other industrial buildings, residences, garages, picnic shelters, campground recreation buildings, and landscapes. The Forest Service manages a significant number of historically significant buildings, which requires historic architecture expertise. Architectural Projects may be for total project design, or only segments of the work such as building, mechanical, plumbing, landscaping, civil, HVAC, fire protection and alarm system, geotechnical, or electrical projects. The work may include A/E services professional support for in-house Forest Service designs as well. The contract requires complete design services and may include everything from survey and design through contract management. Subcontractors performing specific design and services shall be responsible to the design professional. The Contractor shall have the ability to: •Inspect, document and provide condition surveys for existing facilities in accordance with Forest Service requirements - Contractor will be required to take Forest Service training to accomplish this. •Provide preliminary through final design engineering services including all contract documents, specifications and drawings. •Estimate the cost of the design and construction work. •Manage a contract with multiple Task Orders concurrently on multiple forests as well as oversite of all staff and sub-contractors. • The Contractor shall provide professional expertise for Architect & Engineer design services and related work. The required expertise and engineering disciplines include, but are not limited to: •Total Project Management. •Architect. •Civil Engineering. •Surveying. •Structural Engineering. •Environmental Engineering. •Geotechnical Engineering. •Electrical Engineering. •Mechanical Engineering. •Landscape Architecture. •Interior Design Services. •Archival and Curation Services. •Construction Support Services and Testing. •Construction Inspection expertise with materials, equipment, methods and systems on typical Forest Service projects. •Historic Preservation and Architectural expertise, including expertise to comply with the Secretary of the Interior's Standards for Historic Preservation. •Leadership in Energy and Environmental Design (LEED) accredited professional(s) with history of completed LEED certified projects. •Certified Green Globes Professional (GGP) within 1 year of award of this contract. Certified individuals must have experience in project management as well as commissioning of buildings and knowledge of all documentation requirements. Task Orders under this contract may be issued for projects located within the boundaries of the USDA Forest Service, Northern Region (Region 1), including NTDP, RMRS and any other USDA office located within the Northern Region boundaries. The Northern Region (Region 1) of the USDA Forest Service includes Montana, North Dakota, portions of Idaho and South Dakota. In addition, Task Orders under this contract may be issued for RMRS projects anywhere within the boundaries of the State of Idaho. Project site access can vary from easily accessible to sites in the wilderness where motorized vehicle use is restricted or prohibited. The Government will evaluate each potential contractor in terms of the following evaluation criteria, which are of equal value in the evaluation process, in order to determine the most highly qualified firms. In conducting evaluations, the Government will consider information provided by the offeror, and may also acquire and consider other information provided from references, previous and current customers, other individuals familiar with the offeror, Government databases, and publicly available sources. 1. Professional Qualifications. Professional qualifications necessary for satisfactory performance of required services. The offeror shall submit a completed SF-330. The information provided in the SF-330 and other information gathered by the Government will be used to evaluate the general qualifications and experience of the proposed team, including key personnel and sub-contractors. 2. Specialized Experience and technical competence. The offeror shall provide specific information on completed projects which are similar in nature to Forest Service facilities described in this announcement. Offeror shall also provide other information on specialized experience and technical competence, including, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and historic preservation. 3. Capacity to accomplish the work in the required time: The Offeror shall provide specific information supporting that their office, including subcontractors will have the capacity to perform work in a timely manner, and perform multiple task orders in addition to existing work load. Multiple task orders, up the maximum allowable under the contract may be placed at one time, and contract time for those task orders may run concurrently. 4. Past Performance. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The offeror shall identify all contracts and subcontracts currently in process and completed by the offeror's firm in the past 3 years. Include contracts and subcontracts similar in nature and complexity to that required by this solicitation and contracts entered into with Federal, State and local governments and commercial customers. Provide additional specific information of recent relevant contracts which support past and present performance in the past three years. Provide references who can confirm your past performance. For each relevant contract or reference, the offeror is requested to provide: •Agency/company and contact information (contact name, and phone number or email address) •Contract number and type (i.e. design, design-build, construction management) •A description of the project •Dollar value of contract •Period of Performance - include contract duration and completion date •A description any problems encountered and the efforts made to correct and prevent future occurrences. The Offeror may discuss past accomplishments and recognition that indicates the firm's ability to perform the work required by the contract. Offerors with no record of relevant past performance will be evaluated neither favorably nor unfavorably. 5. Location in the general geographical area of the project and knowledge of the locality of the project. The offeror shall demonstrate proposed team is located near, or can readily meet with Forest Service personnel in Missoula, MT. The Offeror shall demonstrate knowledge of areas the work may be performed; familiarity with the work sites in the area (including local historical facilities), and familiarity with the various types of work sites for which the Forest Service may require services, including administrative sites, research centers, work centers, training facilities (classrooms, training apparatus for fire fighters, IT training, etc.), bunkhouses, and historical buildings. The offeror shall demonstrate knowledge of U.S. Forest Service Agency architecture, history and culture, and other architecture, history and culture that may be relevant to projects being designed in the area covered by the contract. All information must be included in the SF 330 package and response to Evaluation Criteria. Firms must be registered with System for Award Management (SAM) prior to contract award. Registration information is available at the SAM website, https://www.sam.gov/index.html. Failure to register initially in the SAM Database may render your firm ineligible for award and failure to update your registration yearly may render your firm ineligible for option year renewals. Solicitation packages are not available. This is not a Request for Proposal. Those firms that meet the requirements of this announcement and wish to be considered must submit the SF-330 package and responses to the Evaluation Criteria identified above to the following address. Please reference Solicitation No. 12034318R0018 in your cover letter or on the submittal. USDA Forest Service Northern Region Acquisition Management Attn: Jeanne Windle 24 Fort Missoula Road Missoula, MT 59804 Responses must be received at the above address by no later than 4:00 p.m. Mountain Daylight Time on Thursday, August 2, 2018. Firms not providing the required information may be negatively evaluated. Facsimile and E-mail submittals will not be accepted. Point of contact is Jeanne Windle, Contracting Officer, Phone 406-329-3756 or email address for inquiries is njwindle@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/12034318R0018/listing.html)
- Place of Performance
- Address: Region One, 26 Fort Missoula Road, Missoula, Montana, 59804, United States
- Zip Code: 59804
- Zip Code: 59804
- Record
- SN04977633-W 20180705/180703230652-41348e14a421c53146a40f66ac59eb85 (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 |