SOLICITATION NOTICE
C -- AE SERVICES-NATIONWIDE
- Notice Date
- 7/30/2004
- 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
- NDR040045
- Response Due
- 8/31/2004
- Archive Date
- 7/30/2005
- Point of Contact
- Gwen Moore Contracting Officer 3032369434 Gwen_Moore@blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Land Management (BLM), National Science and Technology Center (NSTC) is seeking one or more qualified firms to provide architectural and engineering (AE) services for miscellaneous projects throughout the United States on lands administered by the BLM. The Contractor shall also provide strategic business planning and facility maintenance consultation services. It is anticipated the Government will award one or more Indefinite Delivery Indefinite Quantity contracts for a period of Base Year plus 4 Option Years. The minimum guaranteed amount for the life of the contract is $2500.00 and the maximum amount is $10,000,000 for the life of the contract. AE services shall consist of evaluations of field conditions, pre-design services, project planning, design and construction administrative services of new and existing BLM facilities. Projects may include design of public facilities (visitor/interpretive centers, comfort stations, and recreation sites.); administrative facilities (offices, operation centers, warehouses, vehicle storage garages); utilities (electrical systems, water and sewage systems,, communications and security systems, radio transmission towers, and dams, dikes, canals, boat ramp, pump stations, and water control structures; fences and gates; and various other BLM structures. In addition, tasks may include projects that support the mission of the Office of Fire and Aviation, including planning, design and construction administrative services of fire dispatch centers, operations building, engine garages, dormitories/housing, air tanker facilities, air strips, and other related facilities. AE services under this contract may include, but are not limited to, the following: 1. Pre-Design Services: Statement of Work preparation, evaluate and assess existing conditions, gather data, conduct field investigations (geotechnical and survey), prepare feasibility studies, technical support services for National Environmental Protection Act (NEPA) requirements, Section 106 Compliance and Construction, coordinate with local utilities and permitting. 2. Title I Design: Advance project planning, feasibility studies, programming, develop preliminary project budget estimates, develop schematic and conceptual designs, and preliminary design analysis. 3. Title II Design: Prepare and review Final Design documents (drawings, specifications and cost estimates) and final engineering analysis associated with the construction/rehabilitation of new or existing facilities. 4. Title II Construction Administration/Management: Manage activities required to complete the proposed facility construction (advertisement, commissioning, warranty inspections, post occupancy evaluations). 5. Value Engineering/Analyses: Life cycle costing, energy conservation, LEEDS and sustainability. 6. Other studies, analyses, and support related to facility planning, design and construction management. Business planning and facility maintenance consultation services shall consist of business process re-design, implementation and support, strategic planning, condition assessments, environmental assessments and compliance audits, risk management, financial management and tracking, and computerized maintenance management system (CMMS) design and implementation. Evaluation criteria in descending order of importance are: 1. Demonstrated experience and technical competency of the team in performing AE service on facilities similar to those described above. 2. Professional qualification of key individual AE team members. 3. Firm has a demonstrated capability to respond quickly, efficiently and cost effectively to various geographic areas in the western United States, Alaska and Washington DC area, on small as well as large scale project. 4. Demonstrated experience and technical competency of the team in performing strategic planning, business process redesign and condition assessment. 5. Demonstrated successful history of quality work and appropriate cost control on Government services contract. All interested firms are invited to submit a letter of interest and a completed Standard Form 330. Responses must be received no later than close of business, 3:30 PM, August 31, 2004, Mountain Standard Time, in order to be considered for selection. Submit the response to: Bureau of Land Management Attn: Ms. Gwendolyn L. Moore, BC 664 Building 50 Denver Federal Center PO Box 25047 Denver, CO 80225-0047
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=724460)
- Place of Performance
- Address: NATIONWIDE
- Zip Code: 80225
- Country: US
- Zip Code: 80225
- Record
- SN00634088-W 20040801/040730212715 (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 |