The RFP Database
New business relationships start here

A&E VEHICLE GATE REDESIGN


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey, Columbia Environmental Research Center (CERC) has a requirement for an Architect-Engineering Services (A-E) contract request for SF 330. This is a Small Business set aside under NAICS code 541310 with a Small Business Size Standard $7.5M for the requirement. This will be a firm fixed price contract. The services will be procured in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6. This is a two part process: Part I - Offerors will submit their SF330 A-E Qualifications by the response due date. Forms can be found on GSA website https://www.gsa.gov/reference/forms. The government will then evaluate and rate them. The most highly qualified firms will then be slated forward for consideration under Part II. Part II - Only the most highly qualified firms will be sent the Request for Proposal (RFP) to respond to by the date indicated in the RFP. The firms will be evaluated in depth and ranked in numerical order for award. This is a total Small Business set aside.

CONTRACT REQUIREMENTS: The purpose of the project is to analyze the existing egress and ingress routes, fencing and gate configurations, CERC campus layout, and develop solutions to a myriad of deficiencies that currently plague the campus access system.

From the contractor's survey and architectural design analysis, the Government shall receive recommendations, a construction cost estimate, specifications, engineering and architectural design, and construction documents for the construction of new secure ingress and egress for vehicles and pedestrians to the CERC campus. The contractor shall work closely with the CERC staff in the development of the design phase to ensure the end product design meets and/or exceeds client expectations. The Contractor shall:

1.    Evaluate the CERC campus traffic patterns with consideration of all existing conditions including parking, highway access, campus security, buried utilities, and existing infrastructure and determine the extent of deficiencies relevant to access and egress for all types of traffic including pedestrian traffic.

2.    The contractor shall work with CERC staff to develop recommendations for campus modifications and provide all specifications for actions necessary to construct a safe and accessible access/egress to CERC parking lots.

3.    The design specifications shall clearly state the methods and materials to be used for construction. The design specifications shall be delivered in print and electronic formats.

4.    Shall include in design specifications landscape modifications with recommendations for erosion control and grounds stabilization including recommended plantings with an emphasis on native and low maintenance plants, shrubs, and trees

5.    The engineering contractor shall submit a minimum of 3 copies, hard copy and electronic format of the investigative results and design submittals to the COR.    


    SELECTION CRITERIA: Part 1 - The selection criteria are listed in the descending order of importance, with factors A and B being equal and C slightly less than factor's A and B. FACTOR A, Past Performance on similar prior contracts for the USGS, and other Federal and State agencies, relating to the required services as described in this announcement. The offeror is responsible for ensuring that the customer references cited in Section F of the SF 330 are received. FACTOR B, Key Personnel/Professional Qualifications. Offeor shall provide a list of the key personnel expected to perform work under this contract and registered/licensed professional engineer(s), experience, education, certifications of each person, and as permanent staff of the prime or prime clearly demonstrates the management of these professionals in teaming and subcontracting arrangements. The evaluation will consider certifications, education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. FACTOR C, Quality Assurance Plan: To ensure contractor progress is made and to evaluate the contractor's performance.

PRICING: A current wage determination will be incorporated in the contract. All wages and benefits of service employees performing under the contract must be at least equal to the applicable wage rate.

Auditing Requirements: In accordance with FAR Clause 52.215-2, the Contracting Officer or an authorized representative of the Contracting Officer shall have the right to examine and audit all records, including authorizing any auditor acting on behalf of Federal, State, City and County governments. The contractor agrees to submit to audits and investigations by any authorized State auditor in connection with any and all state funds received pursuant to any task order issued. The contractor is not required to keep records or submit to audits of any records that are not required to be retained or audited under this federal contract.

Your company must have a DUNs number and be registered on-line at the SAM.GOV website. You will also be required to provide your small business status information either via the RFP or the On-line System for Award Management website before an award to your company can be made. Your on-line SAM registration will cover any/all of your offers to the Federal Government, and only needs updated annually.

SUBMISSION REQUIREMENTS: Firms having the capability to perform this work and desiring to be considered shall submit an SF330 completed in its entirety. All subcontracting or teaming arrangements must be included in the SF330. Include the business size and estimated percentage of involvement of each firm (prime, subcontractors, teaming partners). Address all items in the selection criteria paragraph above. Submittals from consortium/teaming arrangements are permitted, but only one submittal by any one member of that consortium/teaming arrangements as prime will be considered. All responses must be submitted NLT June 4, 2018 at 04:00 PM CST via e-mail to: bwilson@usgs.gov. Please specifically address the selection criteria above using Section H of the SF330. Section H is limited to 50 pages.


This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions.

Wilson, Mary

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP