The RFP Database
New business relationships start here

Notice of Intent - Multiple Award, IDIQ, Multi-Discipline Architect-Engineering (A-E) Contract


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

Multiple Award, Indefinite Delivery / Indefinite Quantity, Multi-Discipline, Architect-Engineering (A-E) Contract for Projects Located in Alaska, Oregon, and Washington, U.S. Department of Agriculture, Forest Service and Service First Agencies.

The U.S. Deprtment of Agriculture, Forest Service, Pacific Northwest Region, intends to acquire by contract Architect-Engineering Services (A-E). The scope of work includes all aspects of professional A-E services including the generation of designs, drawings, specifications, engineering reports, sustainability analysis/ life cycle analysis, preparation or review of contract packages, performing site investigations, reviewing work of other engineers, providing technical support during the construction phase of a project.


The Forest service intends to award five (5) to seven (7) indefinite quantity contracts as a result of this notice. Contracts will be for five (5) years. Over the contract period the minimum guarantee for each contract is $1,000. The cumulative maximum total amount for all task orders awarded under contracts resulting from this notice is $15,000,000. The contract period is five (5) years from date of award.


The proposed contracts are total set-asides for small businesses. The small business classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services, with size standard of $15.0 million.


Forest Service and Service First Agencies (Bureau of Land Management, U.S. Fish & Wildlife Service, and National Park Service) units located in Alaska, Oregon, and Washington, may issue task orders under the contracts resulting from this notice.


Prime A-E firm will provide professional services for architectural and engineering design, construction, and analysis with qualifications, specialized experience, or demonstrated past performance to practice in the following disciplines, including but not limited to:
Architecture and Historic Architecture
Landscape Architecture services including: site analysis and planning, conceptual design and master planning, landscape design and green infrastructure, recreation planning and design, visual analysis and circulation.
Civil Engineering
Geotechnical Engineering (Dams, structure foundations, roads, retaining walls, geologic hazard mapping, subsurface investigation)
Structural Engineering, including design, condition assessment, evaluation and rehabilitation
Mechanical Engineering
Electrical Engineering including Industrial Process Control Engineering, Building Electronic/Telecommunication Engineering (Access control systems, fire alarms, intrusion control alarms/systems)
Lightening Protection
Fire Protection Engineering
Energy Auditing
Surveying
Environmental Engineering (Asbestos and lead-based paint removal, remediation of underground storage tanks)
Engineering for ecological restoration
Water and Wastewater Engineering
Hydraulic Engineering and Hydrology
Historical Preservation and Rehabilitation
Acoustical Engineering
Materials Engineering including but not limited to testing and evaluation of soils, soil compaction, concrete, asphalt, steel, and other materials used in the construction of engineered facilities
Hazardous Materials Testing including lead based paint, asbestos and oil spills
Cartography
Traffic Engineering
Fluvial geomorphic stream survey and evaluation including aquatic organism passage studies and stream simulation design
Construction Engineering
Engineering for towers including fire lookouts and communication towers
Dam Engineering
Geologic Hazard specialist



The services covered under contracts resulting from this notice will include:


A. Typical facility design work including, but not limited to: buildings, water systems, waste water systems, building and building system renovations, utility systems, alternative energy systems, landscaping, parking areas, roadways, and site planning.
     1. Building types include, but are not limited to: offices, residences, dormitories, warehouses, water and sewage treatment facilities, trade school facilities, refrigerated nurseries, warehouse omplexes, gas and oil houses, water pumping stations, sewage pumping stations, and small hydroelectric power generation plants.
     2. Mechanical systems including heating, ventilating, air conditioning, industrial exhaust systems, custom, refrigeration systems, plumbing, fire protection systems, fuel or material piping systems, and the integratioin ofcontrols into mechanical systems.
     3. Electrical systems including lighting, power distribution, backup and standby power generation, and custom designed monitoring and electromechanical, electronic and computer based control system design, small scale hydroelectric power generation systems, lightening protection systems, industrial process control systems, and the integration of controls into mechanical and power distribution systems.
     4. Water and waste water systems.
B. Typical recreation facility work includes, but is not limited to: design of trails, roadways, bridges, visitor centers, picnic / day use areas, amphitheaters, campgrounds, off-road vehicle areas, snow play and other winter sports areas, comfort stations, shower facilities, utility systems, RV dumping stations, boat docks, pedestrian decks and walkways, kiosks, interpretive and portal signs.
C. Other facilities include: dams, leeves, water control structures, irrigation facilities, and fuel tanks / systems.
D. Road design.
E. Typical facility and asset management work includes, but is not limited to: asset condition assessments, energy audits, inspections, bridge (pedestrian and vehicle) inspection, and lookout tower inspection.
F. Design services include, but are not limited to: production of dsigns, design reviews, feasibility studies, drawings, design analysis, cost estimates, Green Globes and LEED documentation, specifications and preparation of bid / construction documents. The Forest Service may require additional services including, but not limited to: cost estimating, topograohical surveys, right-of-way plats, special reports, testing services, soil boring reports, bridge load evaluation, historical facility surveys, traffic studies, and special engineering reports, Specific requirements will be indentified in individual task orders.
G. Other A-E services including, but not limited to:
     a. Planning services including master planning, facility programming, and feasibility studies.
     b. Field technical investigation such as surveying, utility location, existing space analysis, code analysis, and preparation of as-built drawings.
     c. Hazardous mterial testing including lead-based paint, asbestos, and oil spills.
     d. Three dimensional renderings, models.
     e. Energy auditing, energy analysis for future building renovation or new construction, and life cycle cost analysis.
     f. Preparation of bid and construction documents for remediation of hazardous materials.
     g. Engineering services during construction: periodic or full construction inspection and review, submittal review, construction permit applications, preparation of contract modifications, responses to Requests for Information (RFI), contract record keeping, and maintenance inspection.


All design work, including preliminary design, shall be performed by or under the direct supervision of professional Architects / Engineers licensed in the state in which the project work is located. The Architects / Engineers shall be qualified by education and experience to design the type of work included in a task order.


Source selection procedures are in accordance with the Brooks Act, Public Law 92-582, and the Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. Acquisition will be conducted in two phases: (1) evaluation of professional qualifications to determine the most highly qualified offerors; and (2) evaluation of offered prices and overhead rates to determine reasonableness.


Selection Criteria:
a. Professional qualifications;
b. Organization & Management;
c. Specialized Experience and Technical Competence;
d. Past performance;
e. Capacity; and
f. Geographic Location.


SUBMISSION REQUIREMENTS:
Submit a completed Architect-Engineer Qualifications (SF 330).
A. Submit Part I addressing the qualifications of the A-E firm. Part I shall be limited to 50 pages, single sided, 8.5x11 inches, minimum font size of 10. Include A-E firm's DUNS number. Address the submission requirements below; and
B. Submit a Part II for the A-E firm and any key subcontractors.
A-E firm shall submit a complete SF 330: (1) one paper copy; and (2) one electronic copy (USB flash drive) in Adobe Acrobat format.


The following criteria will be used for evaluation of A-E firms. Address the submission requirements for each criterion:
(1) PROFESSIONAL QUALIFICATIONS:
a. Base Consulting Team for this contract:
(i) Prime contractor point-of-contact: the principal and project manager;
(ii) Civil Engineering: design of site work, storm water systems, utilities, parking, and roads;
(iii) Landscape Architecture: site analysis and planning, conceptual design and master planning, landscape design and green infrastructure, recreation planning and design, visual analysis and circulation;
(iv) Structural Engineering;
(v) Architectural Design: building design for new structures, renovation, and interior design;
(vi) Electrical Engineering: building design, utility design, telecommunications, low voltage systems (fire alarms, access control systems, intrusion detection systems), lightening protection systems, industrial process controls for water and wastewater systems;
(vii) Mechanical Engineering: plumbing, HVAC, and commercial refrigeration;
(viii) Water and Wastewater Engineering;
(ix) Alternative Energy Systems: solar systems, grey water systems, photovoltaic systems, ground source heat pump systems, biomass heating systems, and life cycle cost analysis; and
(x) Energy Auditing.


b. Submission Requirements:
(i) Describe Base Consulting Team: provide an organization chart with in-house personnel and outside consultant's personnel;
(ii) Resumes for Base Consulting Team: each resume shall include five (5) specific completed projects that best illustrate individual's relevant experience; and
(iii) Base Consulting Team's technical and management expertise in fields identified above in Part (a).


(2) ORGANIZATION & MANAGEMENT:
a. A-E firm's and team's organization and management process: Quality Control (QC) program used.


b. Submission Requirements:
(i) A-E firm's approach to design, construction, and project management: document ability to handle projects with clients and complex requirements;
(ii) A-E Team's organization: provide an organization chart identifying the overall relationship and lines of authority of the proposed team. Include names of key personnel and their discipline/ specialty; and
(iii) Quality Control (QC) process for checking and verifying plans and specifications for errors, omissions, quality, documenting design decisions, incorporating tracking review comments, and completion of construction milestones.


(3) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE:
a. A-E firm's experience applicable to this requirement.


b. Submission Requirements:
(i) Team's experience in design and construction of government buildings; and
(ii) A-E firm's ability to work with Government entities and design standards, or similar relevant experience.


(4) PAST PEFORMANCE:
a. A-E firm's past performance on contracts similar in nature, scope, and difficulty as this requirement. An A-E firm with no record of past performance will be rated neither favorably, nor unfavorably.


b. Submission Requirements:
(i) Detailed narrative of up to ten (10) projects, similar in nature, scope, and difficulty as this requirement, completed over the past three (3) years; and
(ii) Provide a point-of-contact for each project identified above: name, title, address, telephone number, and email address.


(5) CAPACITY:
a. A-E firm's capacity to accomplish anticipated work.


b. Submission Requirements:
(i) Provide specific information supporting A-E firm's and subcontractor's capacity to perform multiple Task Orders in addition to existing work load.


(6) GEOGRAPHIC LOCATION:
a. Location in the general geographic area of the projects and knowledge of the locality of the projects.


b. Submission Requirements:
Describe and illustrate A-E Base Consulting Team's knowledge of design approaches, construction materials, codes / ordinances, costs, remote locations, and other unique conditions in Alaska, Oregon, and Washington.


(7) PRICE. When requested by the Contracting Officer the offeror shall submit a price proposal on the Schedule of Items in Section B.


When completing the Schedule of Items, the Offeror shall provide fully loaded labor rates. Fully loaded rates shall include wages, overhead, general, administrative expenses, and profit.


ADDITIONAL INFORMATION:


Submit a completed Architect-Engineer Qualifications (SF 330).
A. Submit Part I addressing the qualifications of the A-E firm. Part I shall be limited to 50 pages, single sided, 8.5x11 inches, minimum font size of 10. Include A-E firm's DUNS number. Address the submission requirements below; and
B. Submit a Part II for the A-E firm and any key subcontractors.
A-E firm shall submit a complete SF 330: (1) one paper copy; and (2) one electronic copy (USB flash drive) in Adobe Acrobat format.


Cover letter, attachments, and excess pages in Part I submittal, will be exluded from the evaluation.


All responsible sources may submit an offer which will be considered by the government. Prospective contractor must be registered in the System for Award Management (SAM) database prior to award of a contract. Lack of registration in the SAM on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by contacting askSAM@gsa.gov, or via the Internet at http://www.sam.gov.


Submit package to:


USDA, Forest Sevice
Olympic National Forest
ATTN: Contracting
1835 Black Lake Blvd., Suite A
Olympia, WA 98512


Submittals are due by 4:30 p.m., Tuesday, July 18, 2018. Email and facsimile submittals will not be accepted.


For additional information contact Miley Sutherland, Contract Specialist at 360-956-2471.


Point of Contact


Email your questions to the Contracting North Acquisition Group, Olympia, Washington, at msutherland@fs.fed.us .
Place of Performance
Address: Olympic National Forest, 1835 Black Lake Blvd., Suite A, Olympia, WA
Postal Code: 98512
Country: US


 


Miley Sutherland, Contract Specialist, Phone 360-956-2471, Email msutherland@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP