SOLICITATION NOTICE
C -- AE Services Facility and Maintenance Planning
- Notice Date
- 8/26/2004
- 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
- NDR040043
- Response Due
- 9/28/2004
- Archive Date
- 8/26/2005
- 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 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 strategic planning and consultation services, as well as, architectural and engineering (A/E) services for projects located bureau wide within the Continental United States and Alaska. Strategic planning and consultation services may consist of the following: a. Condition surveys and assessments, and development and implementation of the BLM's facility condition assessment program. b. Business process redesign and and implementation in support of business operations, annual maintenance requirements, deferred maintenance programs, capital improvement projects, and compliance and risk management. Compliance audits may include environmental, occupational safety and health, seismic, and accessibility. c. Information technology support for the conversion and implementation of new business rules, requirements and information from existing bureau systems into the Department of the Interior's single platform Facilities Asset Management System (FAMS) and Financial Business Management System (FBMS) using MAXIMO and SAP software. A/E services consist of evaluations of field conditions, data gathering, project programming, planning, design, and construction management of new and existing BLM facilities. Project/Tasks may include pre-design, Title I, II and III design services 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 HVAC systems); housing (single family and dormitories); roads, trails, and bridges; dams, dikes, canals, boat ramps, pump stations, and water control structures; fences and gates; fire facilities (dispatch centers, operations buildings, engine garages, dormitories/housing, air tanker facilities, air strips) and various other BLM structures. A/E services in the area of Value Engineering/Analysis (including life cycle costing, energy conservation, LEEDS and sustainability) may also be required. The following evaluation criteria, listed in descending order of importance, will be used in the evaluation of prospective firms: 1. Demonstrated experience and technical competency of the team in performing strategic planning and consultation services as defined above in Items a. through c. which are also listed in descending order of importance. 2. Professional qualifications of key individual team members. 3. Demonstrated experience and technical competency of the team in performing A/E services on facilities similar to those listed above. 4. DemonstratedProfessional qualifications of key individual A/E team members capability of the firm to respond quickly, efficiently and cost effectively to various geographic areas in the Continental United States and Alaska on small as well as large-scale projects. 5. Demonstrated successful history of quality work and appropriate cost control on IDIQ contracts with Government agencies. The resultant contract(s) will be Indefinite Delivery Indefinite Quantity (IDIQ) contracts 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 for each contract is $10,000.00. The maximum quantity of services to be acquired under each contract will not exceed $20 million for the life of the contract. The anticipated period of performance of each contract will be a one-year base period from the date of award through month 12, plus four one-year option periods. All interested firms are invited to submit a letter of interest and a completed Standard Form 330. To be considered for selection, responses must be received no later than 4:00 P.M., local Denver time, September 28, 2004, at the Bureau of Land Management, Attn: Tracie Richardson, National Business Center, BC-664, Bldg. 50, DFC, P.O. 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=751035)
- Place of Performance
- Address: Continental US and Alaska
- Zip Code: 80225
- Country: US
- Zip Code: 80225
- Record
- SN00655726-W 20040828/040827094844 (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 |