Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2003 FBO #0484
SOLICITATION NOTICE

C -- Alaska AE IDIQ

Notice Date
3/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC664, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NDR030033
 
Archive Date
3/26/2004
 
Point of Contact
Tracie Richardson Contracting Officer 3032363515 tracie_richardson@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Land Management (BLM) is seeking architectural and engineering (AE) services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for design services for construction, maintenance, and rehabilitation of facilities on BLM lands in Alaska. These facilities typically consist of buildings; recreation sites; utilities including electrical systems, water and sewage systems, communications and security systems, plumbing systems, and HVAC systems; roads and trails; bridges; and visitor facilities. The prime AE firm shall be an architectural or engineering firm. Required disciplines include: architectural, structural, mechanical, electrical, civil, geotechnical, and landscape architect, field surveys, value engineering analysis and related support. Architectural, Engineering, and Geotechnical Specialists shall be experienced in the application of the specialized science of arctic and subarctic cold weather and high seismic area design and construction techniques. Services may include Title I, II and III services. The AE contractor will work with BLM engineers in both the Anchorage and Fairbanks, Alaska offices. The AE contractor shall be required to prepare: full and accurate plans showing all details of the work and materials required with working plans suitable for use by mechanics or other builders in the construction trades, drawn so as to be easily understood; accurate bills of materials, legends or equipment schedules showing the exact amount of different kinds of items, necessary for construction, to accompany the plans; full and complete specifications of the work to be performed showing the manner and style required to be done, with such directions as will enable a competent builder to carry them out, and which will afford to bidders all needful information; a full and accurate estimate of each item of expense, and aggregate cost. The AE contractor shall be able to conduct business via the internet. Products or services resulting from delivery orders, including reports, specifications, and drawings, shall be furnished in both paper, Mylar, and electronic forms (MS Word, AutoCAD 2002, PDF). The following evaluation criteria, in descending order of importance, will be used in the evaluation of prospective firms. 1. Professional qualifications necessary to perform required services, including architectural, civil, structural, mechanical, electrical, geotechnical, landscape architect, value engineering and field survey. It is highly desirable that the individual in responsible charge of these disciplines be registered in the State of Alaska. 2. Specialized Alaskan or arctic/subarctic experience and technical competence in the application of arctic engineering and high seismic area design techniques for buildings, (office, warehouse, visitor centers, etc.), building foundations, recreation campground site development, and field survey. 3. Capability, capacity, and experience to manage a design and construction management team composed of various disciplines including architecture, civil, structural, mechanical, electrical, geotechnical, landscape architecture, and field survey. 4. Past record of performance with respect to control of costs, quality of work, and compliance with schedule. Provide details on the 5 most recent projects that have been constructed or are under construction, to include current project owner contact information of the person most familiar with the AE contractor's performance. 5. Contractor's location, including familiarity with project work in urban and remote areas of Alaska, office proximity to Alaska, and office locations in Alaska. The resulting contract will be an IDIQ contract and task orders will be issued defining the scope of services for each project as funding becomes available. The guaranteed minimum quantity of services the Government will acquire inclusive of the base period and all option periods of the contract is $25,000.00. The maximum quantity of services to be acquired under this contract will not exceed $7.0 million for the life of the contract. The anticipated period of the contract will be a one-year base period beginning October 1, 2003, plus four one-year option periods, ending September 30, 2008. All interested firms are invited to submit a letter of interest and a completed Standard Form 254 (SF254) for each firm and a team Standard Form (SF255). Submission of office brochures is encouraged only to the extent that they graphically (via drawings and photographs) substantiate the work specifically described on the SF254 and SF255. To be considered for selection, responses must be received no later than 4:00 P.M., local Alaska time, May 13, 2003, at the Bureau of Land Management, Branch of Engineering Services, 6881 Abbott Loop Road, Anchorage, Alaska 99507, ATTN.: Team Chief, AE Selection Committee.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=455089)
 
Place of Performance
Address: Statewide, Alaska
Zip Code: 99709
Country: US
 
Record
SN00289479-W 20030329/030327213556 (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.