1282B124R0013 – Sources Sought – U.S.D.A Forest Service Architect-Engineer Facility Design Services, Multiple Award Indefinite Delivery – Indefinite Quantity (IDIQ) Contract, Region 1 Office, Missoula, Montana

Apr 27, 2024 | Sources Sought

SOURCES SOUGHT

U.S.D.A. Forest Service Architect and Engineering Facility Design Services, Multiple Award Indefinite Delivery – Indefinite Quantity (IDIQ) Contract

Disclaimer: This Sources Sought is for informational purposes only. This does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), Invitation for Bids (IFB), or any other mode of formal solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this notice, nor does the issuance of this sources sought restrict the Government to a particular acquisition approach. No funds are available to pay for preparation of responses and any information submitted by respondents to this announcement is strictly voluntary.

1.0 General Information

Department: U.S. Department of Agriculture (USDA)

Agency: Forest Service

Office: Procurement & Property Services, Special Projects Operations Center (SPOC)

Zone: CSA Intermountain

1.1 About the Forest Service

Established by Congress in 1905, the mission of the Forest Service is to sustain the health, diversity, and productivity of the nation’s forests and grasslands to meet the needs of present and future generations. We manage public lands, provide technical and financial assistance to state and private forestry agencies, and make up the largest forestry research organization in the world.

1.2 The Forest Service’s Built Environment

The agency’s “Built Environment” refers to the physical infrastructure of fire, administration, research, recreation buildings, landscape structures, site furnishings, structures on roads and trails, and signs installed or operated by the Forest Service, its cooperators, and permittees. The elements of the built environment constructed on National Forest lands and Grasslands, or those used for administrative purposes in rural areas, towns, and cities incorporate in a practical manner the principles of sustainability, reflect their place within the natural and cultural landscape, and provide optimal service to our customers and cooperators.

2.0 Description

The U.S. Forest Service (USFS), Intermountain Zone, is issuing this Sources Sought as a means of conducting market research to identify potential Small Business sources with the interest, capabilities, and industry technologies to provide Architect and Engineer Facility Design Services via a new Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The U.S. Forest Service (USFS), Intermountain Zone, is issuing this Sources Sought as a means of conducting market research to identify potential Small Business sources with the interest, capabilities, and industry technologies to provide Architect and Engineer Facility Design services. The required expertise and engineering disciplines include, but are not limited to:

  • Total Project Management.
  • Architect.
  • Civil Engineering.
  • ing.
  • Structural Engineering.
  • Environmental Engineering.
  • Geotechnical Engineering.
  • Electrical Engineering.
  • Mechanical Engineering.
  • Landscape Architecture.
  • Interior Design Services.
  • Archival and Curation Services.
  • Construction Management, Support Services and Testing.
  • Construction Inspection expertise with materials, equipment, methods and systems on typical Forest Service projects.
  • Historic Preservation and Architectural expertise, including expertise to comply with the Secretary of the Interior’s Standards for Historic Preservation.
  • Leadership in Energy and Environmental Design (LEED) accredited professional(s) with history of completed LEED certified projects.
  • Certified Green Globes Professional (GGP) within 1 year of award of this contract.  Certified individuals must have experience in project management as well as commissioning of buildings and knowledge of all documentation requirements.

2.1 Typical Projects Will Include:

Prospective Projects will primarily involve providing new construction, maintenance, and renovation needs of the Forest Service, such as, buildings, roads, landscape, site development, facilities, mechanical, and electrical, geotechnical and landscape survey and design, inspection services, and construction management services at Forest Service recreation and administration sites.  Typical projects include designing for a variety of repair, rehabilitation, and new facility construction projects and may include a variety of landscaping or reconstruction needs for office buildings, laboratory buildings, warehouses and other industrial buildings, residences, garages, picnic shelters, campground recreation buildings, other real property, and landscapes. 

Architectural Projects may be for total project design, or only segments of the work such as building, mechanical, plumbing, landscaping, civil, HVAC, fire protection and alarm system, geotechnical, or electrical projects. The work may include A/E services professional support for in-house Forest Service designs as well.

The contract requires a wide spectrum of A-E services and may include everything from survey and design through contract management.  Subcontractors performing specific design and services shall be responsible to the design professional.  The Contractor shall have the ability to:

  • Inspect, document, and provide condition surveys for existing facilities in accordance with Forest Service requirements – Contractor will be required to take Forest Service training to accomplish this.
  • Provide preliminary through final design engineering and architecture services including all contract documents, specifications, and drawings.
  • Estimate the cost of the design and construction work.
  • Manage a contract with multiple Task Orders concurrently on multiple Forests as well as oversight of all staff and subcontractors.

2.2 Location of Work

Task Orders issued under this contract shall be for projects located within the boundaries of the U.S. Forest Service, Northern Region (Region 1), including National Technology and Development Program (NTDP), Rocky Mountain Research Station (RMRS) and any other USDA offices located within the Northern Region boundaries.  The Northern Region (Region 1) of the U.S. Forest Service includes Montana, North Dakota, portions of Idaho, Northeastern Washington (Kaniksu National Forest only) and South Dakota.  In addition, Task Orders under this contract may be issued for RMRS projects anywhere within the boundaries of the State of Idaho.  Facilities, National Forests, and National Grasslands within these boundaries, include, but are not limited to: 

Regional Office Facilities

  • Rocky Mountain Research Station (RMRS – Facilities located in Montana and Idaho only)
  • National Technology and Development Program (NTDP) Missoula location only
  • Bitterroot National Forest
  • Beaverhead- Deerlodge National Forest
  • Custer Gallatin National Forest
  • Dakota Prairie National Grasslands
  • Flathead National Forest
  • Helena-Lewis and Clark National Forest
  • Idaho Panhandle National Forest
  • Kootenai National Forest
  • Lolo National Forest
  • Nez Perce –Clearwater National Forest
  • Kaniksu National Forest
  • Any other USDA Unit within the Forest Service Northern Region in Idaho, Montana, North Dakota, Northeastern Washington (Kaniksu National Forest only), and South Dakota.

3.0 Contract Information

The Forest Service’s Intermountain Zone is interested in issuing a Multiple Award IDIQ contract for Architect and Engineer Facility Design Services. Once awarded a Base IDIQ contract, Contractors would be required to perform work in response to individually issued task orders. When a project is initiated, a task order will be offered to the most highly qualified Contractor(s) based on a review of the Contractor’s Standard Form 330 relevant to the type of work and expertise required for the project and FAR part 36.6. Other factors will include capacity to accomplish the work in the required time and review of Contractor’s past performance on previous contracts and task orders. Each task order issued under the IDIQ will have a project specific Statement of Work (SOW) and require the Contractor to provide everything necessary to perform the work of this contract including but not limited to all labor, supervision, equipment, transportation, materials, operating supplies, and incidentals.

3.1 Expected Time Line and Value of Contract

(a) The Government anticipates a Contract period of a base period of one (1) year  with four (4) additional one (1) year periods for a total of five (5) years from the date of contract award.

(b) The estimated time frame for Solicitation is late Summer of 2024 or early Fall 2024.

(c) Government anticipates awarding this contract by Fiscal Year (FY) 2025.

(d) The Government anticipates placing orders totaling a minimum of $1,000.00 for the life of the contract by the Government, but not in excess of $7,500,000.00 for the base and all options for the life of the contract.

(e) The Government estimates awarding 50-100 projects for the five (5) year period of the Contract.

4.0 Contractor Capabilities

Responses to this Sources Sought shall include the following:

  1. Company Name
  2. Company Address
  3. Point of Contact (POC) Name
  4. POC Phone and Email
  5. Unique Identity Id (UEI) Registration Number in SAM.gov
  6. Type of small business (i.e., Disabled Veteran Owned, Woman Owned, 8(a), HUBZone, Small Disadvantaged, etc.). Firms shall be certified in the System for Award Management (SAM) located at https://www.sam.gov/
  7. Identify the Forests and Grasslands in the working location where you are willing and able to complete work.
  8. A statement of experience or past performance on past efforts of A&E effort, scope, and/or complexity.

4.1 Statement of Capabilities

In addition to the information requested in section 4.0, please include a capabilities statement that discusses your approach to the work, ability to complete the work, and any other relevant information that would assist the Government in determining the best acquisition approach. Address the specific requirements detailed in the attached Statement of Work (SOW) and this notice; additionally, identify any challenges or obstacles that you believe the Government should be aware of that could influence the overall accomplishment of the work.

5.0 Classification

Product Service Code (PSC): C220 – Architect and Engineering – General Structural Engineering

NAICS Code: 541330 – Engineering Services

NAICS Code: 541310- Architectural Services

6.0 Questions

Please direct any questions about the information contained in this Sources Sought and attached Statement of Work to Contract Specialist, Holly Hlavac at [email protected] prior to the submission deadline.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.