Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOLICITATION NOTICE

C -- C--US FWS AE Services for Foundations

Notice Date
10/14/2020 1:44:12 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FWS ALASKA REGIONAL OFFICE ANCHORAGE AK 99503 USA
 
ZIP Code
99503
 
Solicitation Number
DOIFFBO210002
 
Response Due
10/28/2020 12:00:00 AM
 
Archive Date
11/12/2020
 
Point of Contact
Kuntz, Anthony
 
E-Mail Address
anthony_kuntz@fws.gov
(anthony_kuntz@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The U.S. Fish & Wildlife Service, Anchorage, AK intends to make a single award for Architect and Engineering Services in accordance with the Brooks Act and the Federal Acquisition Regulation (FAR) 36.6 and 36.602-5, short selection process for contracts not to exceed the simplified acquisition threshold. A short list of three firms deemed the most highly qualified after initial review will be chosen for potential interviews. From the three most highly qualified firms, the highest qualified firm will be issued a solicitation. The USFWS will not pay or reimburse any costs associated with responding to this request. The USFWS is under no obligation to award a contract as a result of this announcement. The firm receiving the award will be selected based on qualifications and ability to perform the required work. SELECTION CRITERIA: Selection criteria for this acquisition are pursuant to FAR 36.602-1. Contractors will be evaluated in terms of: (1) Professional qualifications necessary for satisfactory performance of required services. (2) Specialized experience and technical competence in the type of work required. (3) Capacity to accomplish the work in required time. (4) Past performance on contracts with Government agencies and private industry. (5) Location in the general geographical are of the project; The general geographical area is the Stillwater National Wildlife Refuge in Fallon Nevada. Evaluation will be based on a subjective assessment by the chairperson of the board of the firm�s ability to effectively address the professional qualifications as described above. SUBMITTAL REQUIREMENTS: All responsible sources may submit a response which, if timely received shall be considered. All respondents shall submit SF 330s Part I and Part II to the Contracting Officer, Tony Kuntz, at anthony_kuntz@fws.gov. The USFWS reserves the right to consider current SF330s that are on file with the USFWS in response to this announcement. All responses shall be submitted no later than October 28, 2020 at 2:00 PM Alaska Time. This request is for SF330 Architect Engineer Qualifications packages only. Any requests for solicitation will not receive a response. A solicitation will only be issued to the most qualified Architect Engineering Firm. Any inquiries shall be directed to the Contracting Officer, in writing, at the email address listed above. Any firm considered for award must be registered in the System for Award Management (SAM). The NAICS code for this acquisition is 541330, Engineering Services and the business size standard is $16.5 Million. This requirement is a TOTAL SMALL BUSINESS SET ASIDE. NATURE OF WORK: The U.S. Fish and Wildlife Service (FWS) requires Architect-Engineer (A-E) Services for a New Pre-Engineered Metal Building Foundation System. The Foundation System is to be constructed and installed at Stillwater National Wildlife Refuge (SNWR) Maintenance Yard, Fallon, Nevada and the Modoc National Wildlife Refuge, Alturas, California. In 2015, the Refuge acquired a Pre-Engineered Metal Building Kit, Shop Drawings, and Instruction Manual for a 25-Feet by 250-Feet Open Air Pre-Engineered Metal Building. Currently, the Metal Building is stored On-Site at the Refuge for Future Installation. No Electrical, Plumbing, and Mechanical Equipment is to be installed in the New Manufactured Building and no Reinforced Concrete Slab-On-Grade Floor System is to be constructed / installed. The Open Air Building�s Floor is to consist of a densified / compacted 3/4-Inch Minus subgrade material capable of supporting the Refuge�s Heavy Construction Equipment. The purpose of this Contract is to provide Structural Engineering Services (Base TASK), Topo-graphic Surveying Services (Option TASK), Civil Engineering Services (Option TASK), and Geotechnical Engineering Services (Option TASK) to develop, prepare, and submit 100% Draft and Final Construction Drawings and Specifications detailing structural and foundation system requirements, grading requirements, drainage requirements, and site specific soil requirements for the New Open Air Pre-Engineered Metal Building.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da8d5c53ca6f4021811d6022dc33ffbf/view)
 
Record
SN05826838-F 20201016/201014230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.