Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2002 FBO #0308
SOLICITATION NOTICE

C -- MISCELLANEOUS OPEN-END A-E SERVICES FOR BUCKLEY ANG BASE, AURORA, CO; GREELEY ANG STATION, GREELEY, CO; AIRBUST RANGE, FORT CARSON, CO, AND PETERSON AFB, COLORADO SPRINGS, CO.

Notice Date
10/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
DAHA05-03-R-0001
 
Archive Date
1/6/2003
 
Point of Contact
Keith Robinson, 303 677-8680
 
E-Mail Address
Email your questions to USPFO for Colorado
(keith.robinson@co.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA It is contemplated that the Colorado United States Property & Fiscal Office will award an indefinite delivery contract for qualified Professional Architectural-Engineer (A-E) Services for the 140th Wing, Buckley Air Force Base, Aurora, CO. The A-E may be tasked to perform multidisciplinary designs, delivery orders, projects consisting of services entailing Title I Type A, Investigative, Type B Design services and Title II Type C, Construction Inspection services, or any combination thereof. Work may be ac complished at Buckley Air Force Base, Aurora, CO, Greeley Air National Guard Station, Greeley, CO, Fort Carson Air National Guard Range, Fort Carson, CO, and/or Peterson Air Force Base, Colorado Springs, CO. Projects may include, but are not limited to, s tructures, pavements, site utilities, utility systems, HVAC, fire suppression systems, environmental and facility sustainment, restoration, modernization and/or construction. The government anticipates a large percentage of pavement and roofing work to be designed and constructed over the next four years for the Colorado Air National Guard. The indefinite delivery contract will have a maximum monetary limitation of $2,000,000 per year. No single delivery order contract will exceed $550,000. The contract duration shall be for a period of one (1) year from the date of the initial contract award, estimated to be on or about 1 Feb 2003 with options for four (4) years. Selection criteria, in order of importance, are as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recoverable materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location in the general geographic area of the project and knowledge of locality of the project; provided that application of this criterion leaves and appropriate number of qualified firms given the nature and size of the project; (6) Volume of work awar ded by DOD during the past twelve months. Those firms meeting the requirements described in this announcement and wishing to be considered by this office must submit Standard Forms 254 and 255 and appropriate data and shall include Taxpayer Identification Number (TIN) with their request. Only those SFs 254/255 submitted for this project will be considered. No other action beyond submission of the standard forms is required or encouraged. Only responses received within 30 days from the date of appearance of this announcement in the CBD will be considered. Should the due date fall on a weekend or holiday, the forms shall be due the first workday thereafter. This is not a Request for Proposal. Site visits will not be arranged during submittal period. Th e NAICS Code is 541330 with annual receipts of $2.5 million or less. This will be an unrestricted proposal in accordance with the Small Business Competitive Demonstration Program. Successful contractor for this contract will be ineligible to compete for the A-E design contracts for which they have developed the project book and/or Statement of Work. Address Standard Form 254 and Standard Form 255 to: Major Thomas Nefe, Assistant Wing Base Civil Engineer, 140 CES/CEC, 660 S. Aspen Street (Building 1005 Rm 239) Stop 80, Buckley AFB, Aurora, CO 80011-9551. Telephone (303) 699-6375.
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 66, Buckley AFB, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9551
Country: US
 
Record
SN00182554-W 20021006/021004213319 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.