C--Hydrographic IDIQ Request for Qualifications (SF330)

SOL #: 140R4018R0013Special Notice

Overview

Buyer

Interior
Bureau Of Reclamation
DENVER FED CENTER
DENVER, CO, 80225, United States

Place of Performance

Place of performance not available

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

Architect/Engineer Services (C)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Aug 10, 2018
2
Last Updated
Sep 6, 2018
3
Action Date
Sep 14, 2018, 5:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

THIS IS TO CLARIFY THE RESPONSE DUE DATE IS SEPTEMBER 14, 2018, 1700 MT.

THIS IS A NOTICE OF INTENT TO CONTRACT FOR ARCHITECT-ENGINEERING SERVICES, REQUEST FOR STANDARD FORM 330 (SF 330), ARCHITECT-ENGINEER QUALIFICATIONS

HYDROGRAPHIC DATA COLLECTION SERVICES

FOR THE BUREAU OF RECLAMATION¿S

UPPER COLORADO REGIONAL BOUNDARY

SUBMISSION REQUIREMENTS

CONTRACT INFORMATION: This procurement is a small business set-aside for Architect-Engineering Services, which will be performed in accordance with FAR Part 36.6 ¿ Architect-Engineer Services. Pursuant to FAR 36.601-3(c), the architect-engineer services and other professional services included in the statement of work shall be performed or approved by a registered or licensed architect or engineer. The North American Industrial Classification System code is 541370, which has a size standard of $15,000,000 in average annual receipts. The anticipated contract method is a multiple award Architect-Engineer Indefinite-Delivery, Indefinite-Quantity (IDIQ) task order contract. The base contract and all orders will be firm fixed-price contracts. The individual contract ceiling amount is $13 million over a five-year period with a guaranteed contract minimum of $2,500.00 including the option to extend services for a 6-month period beyond the end of the performance period. Rates for the six-month period will be requested on Schedule B of the request for proposal issued to successful firms.

The basic IDIQ Period of Performance for this effort is expected to be 1 February 2019 through 31 January 2024 with an ultimate completion date of 31 July 2024 which takes into account the

6-Month Option to Extend Services clause. Separate performance periods will be established for each task order based on the magnitude of the individual scope, and the customer¿s requirements. The minimum order amount per task order is $5,000.00 and the maximum order amount per task order is $750,000.00.

Approximately ninety (90) percent of the work will be performed within the State of New Mexico with most of the hydrographic surveying within the Middle Rio Grande corridor which is centrally located within the State of New Mexico.

This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov or by contacting the Federal Service Desk at 1-866-606-8220.

People

Points of Contact

Villegas, TinaPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Special Notice
Posted: Sep 6, 2018
View
Version 4
Special Notice
Posted: Aug 28, 2018
View
Version 3
Special Notice
Posted: Aug 24, 2018
View
Version 2
Special Notice
Posted: Aug 22, 2018
View
Version 1Viewing
Special Notice
Posted: Aug 10, 2018
C--Hydrographic IDIQ Request for Qualifications (SF330) | GovScope