Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
MODIFICATION

99 -- WJHTC's General Environmental, Occupational Safety & Health Architect-Engineering Services

Notice Date
12/11/2003
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACX-52 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
3434
 
Response Due
12/29/2003
 
Point of Contact
Phyliss Schlegel, 609-485-4380
 
E-Mail Address
Email your questions to phyliss.schlegel@faa.gov
(phyliss.schlegel@faa.gov)
 
Description
12-11-03 Attached Q&A document contains offeror questions and FAA's responses and serves as an amendment to this Request for Qualifications. 12-5-03 Amendment 0001 to this announcement will be available and posted in this location on 12-9-03. Expiration date of announcement has been changed to correspond with due date of offeror' submittals. Purpose of Announcement: Request for Small Business Qualifications Description of Requirement: The Federal Aviation Administration's (FAA) William J. Hughes Technical Center, Atlantic City, New Jersey, has an indefinite delivery/indefinite quantity requirement for architect-engineering services and will enter into negotiations to establish a task order contract with the selected firm. Individual requirements will be negotiated as Labor Hour delivery orders throughout the life of the contract, scheduled to commence on or before October 1, 2004. The duration and cumulative amount of the contract, including any extensions, shall not exceed 5 years (a base year and four, one-year option periods) or $2,500,000.00. There is a guaranteed minimum of $50,000.00. An attached Statement of Work (SOW) describes the range of services that may be requested and will become Section C of any resulting contract. Offerors who read this announcement in FedBizOps are requested to go to http://www.tc.faa.gov/business.htm; Click on the first link "Acquisition, Contracts, Grants, Public Announcements"; Click on the sidebar menu "Public Announcements"; Click on the sidebar item "Current Announcements" & then Click on "By Region" and then WJHTC in order to access all attachments. This opportunity is set-aside for small businesses in the North American Industry Classification Standard (NAICS) code 541330, Environmental Engineering Services, size standard $4.0 million annual revenue. Offerors shall return a Business Declaration Form, attached below. Qualified small businesses that can provide the services described in the SOW, are licensed to operate in the State of New Jersey and possess the requisite professionally licensed personnel are invited to submit SF-245, Architect-Engineer and Related Services Questionnaire, and SF-255, Architect-Engineer Related Services for Specific Projects. Item 4 of the SF-255 shall illustrate personnel strength of the principle firm. Additional personnel strength, including consultants, may be indicated parenthetically. A copy of the latest SF-254 shall be submitted for the firm and for each of its consultants. Selection of the most highly qualified firms will be based on evaluation of the following criteria: 1) Professional qualifications - of the professional staff, internal quality control, design approach and design economics; 2) Specialized abilities - experience, and technical competence of the firm in the type of work required; 3) Performance on previous projects - for Federal Government agencies requiring interfacing with USEPA Region II, NJDEP, Pinelands Commission and OSHA. Demonstrate a required familiarity with Federal and NJ Environmental Statutes, Guidelines, Regulations, and Requirements, as well as Occupational Safety and Health standards and regulations; 4) Capability and capacity - of the firm to accomplish the work in the required time, while several projects are assigned simultaneously, and; 5) Experience and facilities in computer-aided design (CAD)- computer-aided drafting, and Geographic Information Systems (GIS). Factors are listed in descending order of importance; however, factors one and two are equally weighted, as are factors four and five. At the conclusion of the evaluation of offerors' submission, all forms will be notified and the most highly qualified firms will be given an opportunity to deliver a technical response to the Statement of Work for the initial delivery order in a one-hour oral presentation. A fully scoped delivery order SOW will be provided, along with instructions and information on the time and place for the presentation. The oral presentation will be evaluated using the same five criteria listed above. Firms selected are strongly encouraged to have key personnel participate in the presentation. Written questions on this request may be directed, via e-mail only, to phyliss.schlegel@faa.gov. To receive further consideration, offerors must complete and return a Business Declaration Form and Standard Forms 254 & 255 no later than noon, local time, December 29, 2003, to the following mailing address: FAA, William J. Hughes Technical Center, Attn: P. Schlegel, ACT-52), Atlantic City International Airport, Atlantic City, New Jersey 08405. Submission of all forms is requested on a single disk, with an additional paper original and 3 paper copies. Pricing information is not required and shall not be submitted at this time.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00487924-W 20031213/031211211943 (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.