SOLICITATION NOTICE
C -- C--A/E Design Services to provide 35% Conceptual design construction drawings for
- Notice Date
- 2/22/2022 1:47:10 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FWS MIDWEST REGIONAL OFFICE BLOOMINGTON MN 55437 USA
- ZIP Code
- 55437
- Solicitation Number
- 140F0322R0004
- Response Due
- 3/9/2022 2:00:00 PM
- Point of Contact
- Lautzenheiser, Karl, Phone: 5032312052, Fax: 503231
- E-Mail Address
-
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
- Description
- The U.S. Fish & Wildlife Service (USFWS) is anticipating negotiation and awarding one (1), firm-fixed priced contract for Architectural and Engineering (A/E) services in accordance with FAR Subpart 36.6 selection procedures to pursue construction design drawings to build a Fish Technology Center (FTC) in the City of Rio Vista, CA that could house a back-up Delta Smelt population, provide space for Delta Smelt (and other imperiled Delta species) captive propagation research and/or production of up to 500,000 sub-adult delta smelt. The USFWS has completed, with support from USBR, a Master Plan (Stantec, 2019) for the Rio Vista Fish Technology Center (RVFTC) with the National Environmental Policy Act process completed in 2020 (NMFS, 2017; USFWS, 2017). The RVFTC master plan, using all available footprint, will be large enough to house a Delta Smelt Refuge population and produce up to approximately 500,000 sub-adult Delta smelt for supplementation. Final deliverables will include a set of the 35% Conceptual Design Drawings and Specifications and Engineer�s Opinion of Probable Construction Costs on or before 365 calendar days from award and issuance of notice to proceed. Contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://www.sam.gov. Payments will be made via Electronic Funds Transfer using the data within the SAM registration database. A public request for SF-330s in accordance with FAR 36.601-1 is expected to be posted to beta.sam.gov on or around fifteen (15) calendar days after issuance of this presolicitation notice in electronic format only. The first phase in the selection process will be submission of an SF330 from each interested firm. SF330�s submissions will be evaluated utilizing the following evaluation factors: (1) Past Experience with special emphasis placed on experience with water systems (includes single pass water, surface water, well water and re-use systems) and experience with governmental requirement (NEPA and Local, state and federal permitting); and (2) Technical Experience with firms being evaluated on the strength of submitted specialized experience narratives that address the following areas; (a) hatcheries within last 10 years; (b) more recent, less than 5 years, experience given higher priority; (c) relevant projects with a construction budget of $10M or more; and (d) relevant projects with a construction budget of $20M given higher priority. Submissions must include the proposed team, organizational chart and resumes in Part 1 � Sections C, D & E of the SF330. Once SF-330 submissions are evaluated, a selection of up to five (5) of the most highly qualified firms will be determined and a site visit offered, followed by a telephone interview with each of these firms. All firms will be rated and asked similar questions. Following completion of the interviews, the board will provide a final rating score and will rank firms from highest to lowest. The second phase will be issuance of a solicitation package to include Solicitation Form (SF252), Statement of Work and other associated attachments to the highest ranked firm requesting a fee proposal with award of one firm-fixed-price contract if a fair and reasonable price can be agreed upon. Should the Service not be able to agree upon a fair and reasonable with the highest ranked firm, negotiations will be terminated and negotiations started with the next highest ranked firm and so on until we can make an award to the highest ranked firm that provides a fair and reasonable price. The North American Industry Classification System (NAICS) code will be 541330 Engineering Services with a small business standard of $16.5 million. Proposed set-aside is being solicited as unrestricted for any size business to participate. Detailed requirements will be listed within the solicitation once it is issued. The Contracting Office Address: U.S. Fish & Wildlife Service 911 NE 11th Ave Portland, OR 97232 Point of Contact: Karl Lautzenheiser, contract specialist karl_lautzenheiser@fws.gov 360-608-2843.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/069f75d3701048deb46294e2c286780c/view)
- Record
- SN06248059-F 20220224/220222230105 (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 |