REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

Similar documents
1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION. RFSOQ No.

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida

Request for Qualifications. Parking Garage 50, Structural Repair - A/E RFQ-REDM17/ ADDENDUM #1

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

Request for Qualifications. Gadsden Correctional Facility Renovations, Quincy, Florida, Architecture-Engineering RFQ-REDM17/ ADDENDUM #1

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

SECTION 9: FORMAL PROCEDURES

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

A. INTRODUCTION Architects and engineers are selected to provide services under the following types of contracts:

Construction Management (CM) Procedures

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

Florida School for the Deaf & the Blind

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Contract No Project No C

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Dakota County Technical College. Pod 6 AHU Replacement

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

RFP Number: R P1 Addendum No. 1 Page 1 of 1

REQUEST FOR QUALIFICATIONS

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

REQUEST FOR APPLICATION

REQUEST FOR QUALIFICATIONS

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. July 21, 2017

APPLICATION FOR CERTIFICATION AS A CONSULTANT TO PROVIDE PROFESSIONAL SERVICES IN ACCORDANCE WITH THE CONSULTANTS COMPETITIVE NEGOTIATIONS ACT

REQUEST FOR QUALIFICATIONS

Florida Department of Transportation (FDOT) Business Participation Plan FY 13/14

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. May 8, 2018

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

REQUEST FOR QUALIFICATIONS

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

Exhibit A. Purchasing Department School District of Osceola County, Florida

AUTHORITY: Sections (3)(p), , F. S. Rules 6C , 6C , and 6C , F.A.C.

This RfP is also available on the CEMCO website under the Community Tab:

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

A. PROJECT INFORMATION

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

SECOND REQUEST FOR PROPOSALS. for

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

Request for Qualifications

Procedure Manual. Minority/Women Business Enterprise Program

Describe the City s requirements and desired outcomes within a written specification;

Florida International University

REQUEST FOR PROPOSAL (RFP) # FY

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Request for Qualifications Construction Manager

Chabot-Las Positas Community College District

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

Life Sciences Tax Incentive Program

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

Department of Health Design and Construction Department PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

REQUEST FOR INFORMATION STAFF AUGMENTATION/IT CONSULTING RFI NO.: DOEA 14/15-001

State of Florida Department of Revenue OWM Request for Information Criminal History Record Checks

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

TABLE OF CONTENTS. Page 2 of 24

Florida Gulf Coast University Professional Qualifications Supplement (PQS)

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Life Sciences Tax Incentive Program

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION RFSOQ No. FWC 12/13-25 The Florida Fish and Wildlife Conservation Commission (FWC) is soliciting Statements of Qualifications (RFSOQ) from qualified design, engineering and architectural firms in accordance with Section 287.055, Florida Statutes for shooting sports facility projects statewide. Expression of Interests applications are to be sent to: Florida Fish and Wildlife Conservation Commission Purchasing Office, Room 364 620 South Meridian Street Tallahassee, Florida 32399-1600 Phone: (850) 488-3427 The application shall be plainly marked on the outside with: Project Number and the response due Date and Time. Project Number: FWC 12/13-25 Project Name: Shooting Sports Design Continuing Services Contract Response Due Date: November 15, 2012 1. Project Information 1.1. Project Location: Various locations throughout the State of Florida 1.2. Contact Person: Direct all questions/inquiries to: Richard Noyes, Section Leader Florida Fish and Wildlife Conservation Commission Office of Public Access and Wildlife Viewing Services (PAWVS) Planning and Design Section 620 South Meridian Road Tallahassee, FL. 32399 Phone: (850)487-0516, Fax (850)488-4959 E-mail: Richard.Noyes@MyFWC.com Page 1 of 7

2. Description of Work Being Procured: 2.1. The FWC is requesting Statements of Qualifications from design professionals to provide services on a task assignment basis for architectural, engineering and environmental services for the design of outdoor shooting sports facilities. Only firms or teams that have successfully designed 4 outdoor shooting sports facilities that have been constructed will be considered. Projects may occur in a variety of sensitive environments including wetlands. Work may be conducted in rugged, remote locations that will require innovative approaches to avoid impacts to the natural systems present. 2.2. Services shall be for design work to do continuing minor shooting sports construction projects around the State of Florida varying in cost up to $2,000,000 and studies varying in cost up to $200,000. However, most of the total project costs will range between $1,000 and $20,000. 2.3. FWC may use firms or teams selected through this RFSOQ to provide services to other consulting firms under general continuing services contracts. 2.4. FWC may choose to use prototypical designs and may self perform some professional work for a project using staff architects, engineers and landscape architects. FWC generally intends to use shooting sports design professionals selected in this solicitation in coordination with in house staff design professionals or other engineering, architectural and surveying and mapping firms already under contract to FWC. 2.5. FWC is advertising a separate RFSOQ for design services for the Triple N Shooting Sports facility. Page 2 of 7

3. General Instructions for Preparation of the Response: 3.1. Number of Copies to be Submitted: One (1) signed hard copy and four (4) electronic copies on separate disks in PDF format of the response must be submitted. The hard copy shall bear original signatures. 3.2. Acknowledgement Form: The Request for Statements of Qualifications Contractual Services Acknowledgement Form (provided in the solicitation package as Attachment-A) shall be completed as instructed. The originally signed copy shall be submitted in one (1) copy of the response package marked "Original". Four (4) photocopies of the signed original Attachment A shall be made electronic, and one (1) copy shall be provided on each of the four (4) electronic disks submitted to FWC. Failure to submit a fully completed, originally signed RFSOQ Contractual Services Acknowledgement Form shall result in the response being deemed nonresponsive and therefore, rejected. In the event that respondents submit a response as a joint venture, each member of the joint venture must complete and sign a separate Acknowledgement Form. 3.3. Ownership of the Materials: All materials submitted by prospective consultants responding to this RFSOQ will become the property of the Commission and be subject to the provisions of Chapter 119, Florida Statutes. 4. Standard Qualifying Data And Forms: 4.1. Architect-Engineer Qualifications (Standard Form 330): These forms may be acquired online at: http://www.wbdg.org/ccb/navform/330.pdf 4.2. Professional Qualifications Supplement (PQS): The PQS form is provided in the solicitation package as Attachment-B. 4.3. Certifications: 4.3.1. A reproduction of the firm s current professional registration certificate(s) is required for the services offered and must be in the name of the firm offering said services. Firms must be properly registered at the time of Page 3 of 7

application to practice their profession in the State of Florida and with the appropriate State Board governing the services offered. A verification of the current status with the appropriate State Board is made before the recommendation and approval of a firm s selection is finalized. 4.3.2. If the firm offering services is a corporation, the corporation must be properly chartered with the Department of State to operate in Florida. A copy of the firm s current Florida Corporate Charter must be provided. 4.4. Subconsultants: All respondents utilizing subconsultants shall supply written proof of subconsultant arrangements for this solicitation. Documentation shall be supplied for each subconsultant which the respondent intends to utilize and for which the respondent has identified the qualifications and experience of in their response. The written documentation shall be a one (1) page letter supplied by the subconsultant on its letterhead stationery, clearly identifying FWC Solicitation No. FWC 12/13-25, the project title, and the prime contractor with whom the firm intends to subcontract. Failure to submit a letter of commitment from an intended subconsultant identified in the response shall result in the disallowance of the qualifications and experience of that subconsultant from consideration in the evaluation process. 5. Selection Procedures The selection of the Design Professional, in connection with the planning, design and construction of this project, will be accomplished in accordance with Section 287.055, Florida Statutes, (Consultant s Competitive Negotiation Act). 5.1. Selection Committee: The selection committee, made up of a minimum of three (3) FWC employees, will then assess each complete application. Each SOQ will be evaluated and ranked in accordance with the evaluation factors outlined below. 5.2. Evaluation: The Selection Committee shall evaluate qualifications, interest and availability by reviewing all written responses received that express an interest in performing the services, and when deemed necessary, by conducting formal interviews of selected responses that are determined to be best qualified based upon the Selection Committee s evaluation of written responses. The evaluations shall be based upon the following criteria, and respondents are requested to provide, as a minimum, the information listed under each criterion. Failure to provide adequate information on any criterion may result in rejection of proposal as non-responsive. Respondents must provide documentation of a minimum of 4 successfully Page 4 of 7

constructed shooting sports facility projects in order to be considered. Respondents are encouraged to arrange their responses in a format that will offer ready review and evaluation of each criterion. The criteria to be used by the Selection Committee to evaluate the proposals are: 5.2.1. Past Performance: - 20 points Past Performance data on file will be considered only for the past five years as of July 1st of the current year, except in cases where no performance data are on file for the applicant s firm for the past five year period. Only performance designing the shooting sports aspects of a project will be considered. The respondent shall provide references for all shooting sports projects offered in their response. Members of the Selection Committee may take into consideration their own personal knowledge of a firm s past performance, but this must be documented in the selection file. 5.2.2. Experience and Ability: - 20 points The relative experience of all professionals proposed for use on the team in planning, design and administration of the proposed projects (see Description of Work Being Procured, Page 2), and the abilities and qualifications of applicant and proposed staff as related to shooting sports facility projects and their ability to accomplish them. The relative experience and qualification of each applicant s proposed team, with respect to the proposed projects, and communications philosophy with the client, will be judged and a relative rating assigned. 5.2.3. Current Work Load: - 5 points Number and Size of projects currently being performed in the project office, personnel assigned to and stage of completion of such projects, status of each project relative to completion scheduled, projected personnel availability. 5.3. Selection of Short List: The Selection Committee shall rate and determine a short list of the firms under consideration for each area of the state based on the above factors and select firms with the highest scores for each area. The selection committee will determine if oral discussions are needed before determining final ranking. Up to three qualified firms may be selected from the shortlist. Page 5 of 7

5.4. Notification: 5.4.1. Tabulation of Results, with the recommended short list, will be posted for review by interested parties on the Vendor Bid System (VBS) website and will remain posted for a period of seventy-two (72) hours, which does not include weekends or State observed holidays. Any respondent who desires to protest the recommended award must file a notice of protest and formal protest with FWC Purchasing Office, Room 364, Bryant Building, 620 South Meridian Street, Tallahassee, Florida 32399-1600, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address. 5.4.2. There is no work guaranteed to any consultant as a result of being selected. The Commission, at its discretion, will negotiate and assign task orders to the selected consultants. 5.4.3. The recommended short list will be valid for the period of three years from the date of posting. 5.5. Protests: See Attachment A, General Conditions, Item 7, Disputes. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. Written notices, formal protests and proceedings must conform with the requirements set forth in Chapter 28-110, Florida Administrative Code. Protests must be filed with FWC Purchasing Office, Room 364, Bryant Building, 620 South Meridian Street, Tallahassee, Florida 32399-1600, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address Any person who files an action protesting a decision or intended decision pertaining to contracts administered by FWC pursuant to Section 120.57(3), F.S. shall post with FWC at the time of filing the formal written protest a bond payable to FWC in an amount equal to 1 percent of FWC's estimate of the total volume of the contract or $5,000.00, whichever is less, which bond shall be conditioned upon the payment of all costs which may be adjudged against him in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, FWC may accept a cashier's check or money order in the amount of the bond. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST, WILL RESULT IN A DENIAL OF THE PROTEST. Page 6 of 7

6. Conflict of Interest: The respondent covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of the services required to be performed under the contract. The selected engineering firm shall be required to provide written notification to FWC within five (5) working days of the discovery of a potential conflict-of-interest; FWC shall determine whether or not a conflict-of-interest exists. 7. Vendor Registration: Each respondent desiring to do business with the State through the on-line procurement system is pre-qualified to do so, and shall register, unless exempted, in the MyFloridaMarketPlace system. The Respondent agrees to self-register for MyFloridaMarketPlace. For more information and to register please go to https://vendor.myfloridamarketplace.com and navigate to the Online Vendor Registration section under Vendors. The selected contractors must also be registered with the Florida Department of State Division of Corporation. Please see the following website for more information on how to register or to make sure you are registered http://www.sunbiz.org/index.html. 8. General: 8.1. FWC reserves the right to accept or reject any or all responses received and reserves the right to make an award without further discussion of the responses submitted. Therefore, responses should be submitted initially in the most favorable manner. 8.2. A non-responsive SOQ shall include, but not be limited to, those that: a) are irregular or are not in conformance with the requirements and instructions contained herein; b) fail to utilize or complete prescribed forms; or c) have improper or undated signatures. A NON-RESPONSIVE SOQ WILL NOT BE CONSIDERED. 8.3. FWC may waive minor informalities or irregularities in the responses received where such are merely a matter of form and not substance, and the corrections of which ARE NOT PREJUDICIAL to other respondents. 8.4. All work products will be delivered in an electronic format consistent with current FWC PAWVS software standards. PAWVS is currently using AutoCad 2008-2013. Page 7 of 7