The RFP Database
New business relationships start here

A-E Firms for South Carolina


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

Amendment 1: Clarify this sources sought.  This is for FUTURE POTENTIAL project; there are currently NO PROJECTS scheduled using this sources sought.  Also, A-E Firms may cover all or some locations and be able to perform all or some NAICS listed in Attachment A.

Synopsis:
The purpose of this announcement is to request new A&E qualification information for the USDA Forest Service across the State of South Carolina. This is a combination sources sought for the Francis Marion and Sumter National Forests (FMS) and Savannah River Site Forest Architect & Engineer (A&E) Short Selection Database for future projects with no specific project planned at this time.

WHAT IS THE SHORT SELECTION DATABASE USED FOR?
The Forest Service utilizes the Short Selection database to award Architect-Engineer (AE) contracts, below $150,000, throughout the State of South Carolina. The FMS includes the Forest Supervisor's Office, Francis Marion National Forest, Andrew Pickens Ranger District, Enoree Ranger District, and Long Cane Ranger District and the Savannah River Site Forest is located on the Savannah River Site, a Department of Energy secured site. Access to the Savannah River Site requires a badge; badging requirements can be found at: http://www.srs.gov/general/tour/acceptable_id.pdf. All files and the short list database will be located in the Contracting and Engineering Department offices located at the Forest Supervisor's Office in Columbia, SC. The database contains all of the qualified, interested AE firms that respond to this notice for consideration for future approved projects falling within the NAICS codes indicated. Examples of some of the types of work include, but is not limited to; the preparation of drafting existing site plans using Autocad Civil 3D based on topographical survey data, conforming to specifications, boundary surveying, field surveying, topographical engineering site surveying, surveying and recording stream data channel cross sections, grade control, stream thalweg and bankfull, geomorphic features, and stream channel shape variations up and downstream (typical to both sides), design of repairs to small dams and impoundments, control point establishments, construction survey and staking, geotechnical investigation, and environmental (RCRA, CECRLA, CWA, etc.) investigations, reviews, inventories, audits and coordination of RCRA and other waste disposal, review and design of plumbing systems, review and design of bridges (substructure, superstructure, upgrades, and replacements,) review and design of complex irrigation system(s) which may include upgrades and replacements, review and design of foundations for structures (bottomless arch culverts, and recording data for the control of future work. Also includes: review and design of HVAC systems upgrades and replacements, review and design of small/large facilities/buildings (renovations and new construction), review and design of electrical systems, design of photovoltaic and other renewable energy systems, green building construction and certification consultation, renovations to improve energy efficiency and address safety concerns, energy audits and studies, wingwall systems, facilities/buildings), drafting services, design-build requests, studies, providing government with survey text and csv files, and providing cost estimates.


Neither the FMS nor the Savannah River Site has maintained an A-E database. Of the past three years' worth of A-E projects, federal employees on the Savannah River Site performed one boundary project and the FMS solicited for three trail designs. However, future projects being considered across SC involve bridge design and abatement, boundary surveying, field surveying, topographical engineering site surveying, surveying and recording stream data channel cross sections, grade control, stream thalweg and bankfull, geomorphic features, and stream channel shape variations up and downstream (typical to both sides).


WHAT IS THE SHORT SELECTION PROCESS?
The Short Selection Process utilizes the procedures set forth in Federal Acquisition Regulation (FAR) Part 36.602-5.

For AE projects with an estimated total fee under the Simplified Acquisition Threshold (currently $150,000) agencies may review current date files for eligible AE firms, perform a technical review and evaluation to determine the three (3) most highly qualified firms, and have discussions with the three (3) firms to determine the best qualified firm for that particular project. A price proposal will then be requested from the highest technically rated firm. If a reasonable price cannot be negotiated, discussions will be held with the second best qualified firm, and so on. The AE's ability to provide licensed professionals in the State where the project is located (FAR 36.602-1(a)(1) and the firm's geographic proximity and knowledge of the local area (FAR 36.602-1(a)(5)) as identified on the AE's SF330 and supplemental information, will be used for the first preliminary screening of firms when a large list of potential firms exist.
Large Businesses may submit SF330s; however, all acquisitions utilizing the short selection database shall be set-aside for small business concerns unless requirements cannot be met and the Contracting Officer obtains a proper waiver. The A-E database will be maintained with filters for State, Zip Code, NAICS Codes, Small Business Size, and Small Business Socio-Economic Classification.
The sources sought due date is listed below; SF330s are valid for one year from the date of notification that your firm has been added to the short list database. Firms are encouraged to update their data annually by responding to this announcement; however, the Forest Service will retain previously submitted data for a period of three years.


WHAT DOES MY FIRM NEED TO SUBMIT TO DETERMINE ELIGIBILITY AND RECEIVE CONSIDERATION FOR FUTURE AE PROJECTS?
Submittals shall be brief and concise. Only the first fifty (50) pages of your response will be retained. Initial review would determine if a firm is minimally qualified to do work for the Federal Government as described in the synopsis. After initial evaluation, minimally qualified firms will be listed in the short selection database and the first 50 pages of their submittal package placed on file.
As specific projects arise, the short selection database will be used to pull a list of qualified firms that can perform the needed work at the specific location. At that point, the submittal package for those specific firms will be pulled from the file and used to perform a technical review as described in the synopsis.


The following information is required and is part of the 50 page limit:
1. A cover letter should be included with all other data. The letter should outline the work your firm specializes in and include a brief description of your firm's capabilities specifically relating to the project examples stated above.
2. Attachment A - A&E Submittal Cover Sheet.
3. Attachment B - SF330, Parts 1 and 2 (6 pages). Part 2 of the SF330 includes a list of the number of licensed professionals and the States of their licensing for each of the Function codes identified in block 9 of Part 2 of the SF330. https://www.gsa.gov/reference/forms?search_keyword=330
4. Print Out of your System for Award Management (SAM) record. SAM registration is required for award of federal contracts and to be considered for project work. All NAICS Codes listed in this Sources Sought must be listed on your SAM record. Contractors may register in SAM at www.sam.gov. Registration is free of charge to all Government Contractors.


Please note: FAR 36.602-1(a) requires "Professional qualifications necessary for satisfactory performance of required services", but does not specifically require that a license be held in every state covered by this synopsis. However, the respondent should be familiar with requirements specific to the different locations and be available to travel to the location for any necessary site visits.


All information shall be submitted via mail or email (not both). Email is preferred; the email address is kbupdegraff@fs.fed.us. Reference the sources sought number and title in the email Subject Line. If mailed, reference the sources sought number and title on the envelope and mail to:


USDA FOREST SERVICE Eastern Acquisition Zone
ATTN: Mr. Kelly Updegraff, Contracting Officer
4931 Broad River Road
Columbia, SC 29212


Submittals must be received on 21 December 2017 by 12:00 p.m. EST.
Questions related to this announcement shall be referred to Eugene Whatley - ewhatley@fs.fed.us and/or LaRue Bryant - rlbryant@fs.fed.us, and CC Kelly Updegraff at kbupdegraff@fs.fed.us.



See attached synopsis for addresses for reference points only. These addresses are not establishing where work will be performed. This A-E shortlist database is to cover the entire state of South Carolina for the FMS (https://www.fs.usda.gov/detail/scnfs/home/?cid=fsbdev3_037346) and Savannah River Site (https://www.fs.usda.gov/main/savannahriver/home).


ATTACHMENTS:
Synopsis
Attachment 1 - AE Cover Sheet SC
Attachment 2 - SF-330
Attachment 3 - SR Location Map
Attachment 4 - SR Entry Requirements


Kelly B Updegraff, Mr., Phone (803) 561-4093, Fax (803) 561-4010, Email kbupdegraff@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP