Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

C -- Architect - Engineering Services

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, G-C-7 East High Rise Building 6401 Security Blvd., Baltimore, MD, 21235
 
ZIP Code
21235
 
Solicitation Number
Reference-Number-0802-05-5031
 
Response Due
5/9/2005
 
Archive Date
5/24/2005
 
Description
The Social Security Administration (SSA) is seeking firms interested in providing Architect/Engineering Services. Indefinite Delivery/Indefinite Quantity (IDIQ) contracts under Architect/Engineering (A/E) Services include pre-design, site analysis, schematic design, design development, construction documents, post-construction inspection, verification and certification, preparation of detailed construction cost estimates and construction administration services. Design development services include but are not limited to: architectural, structural, mechanical, electrical, civil, landscaping, interior design/space layout and project development scheduling. Some of the disciplines required are: Project Manager, Architect, Space Planner, Cost Estimator, Draftsperson, Electrical Engineer, Mechanical Engineer, Structural Engineer, Civil Engineer, Fire Safety Engineer and Program Manager. Proficiency in AutoCAD is required. SSA's offices will include but not be limited to SSA Headquarters at the Woodlawn Campus, District, Branch and Staff Offices in storefront type locations, individual buildings or as part of high rise buildings in small towns to large cities throughout the United States. Candidate selection will be based on the following evaluation categories: (1) Project Team. This category will be used to evaluate the A/E's proposed key personnel with respect to their professional qualifications, individual experience and past experience as team members necessary for satisfactory performance of required services. (2) Technical Ability. This category will be used to evaluate the A/E's specialized experience and technical competence in the type of work required along with potential for product excellence, including innovation, recognition of alternative solutions, and perception of special opportunities as it relates to successful accomplishment of projects similar in size and scope. (3) Capacity: This category will be used to evaluate the A/E's ability to successfully accomplish the required work in the required time. (4) Past Performance: This category will be used to evaluate the A/E?s past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Organization and Management. This category will be used to evaluate the A/E's proposed plan for execution of the required design/project inspection and production of reports on the basis of team organization and management and control procedures to accomplish projects. Consideration of any joint venture will be based on a demonstrated interdependency for a quality effort. The A/E must be capable of performing simultaneous multiple projects at multiple locations nation wide. Each IDIQ contract will have a base period not to exceed one year and four one-year renewal options. The maximum amounts to be expended for each contract shall not exceed $5 million (minimum $200,000) for the base year and $5 million (minimum $200,000) for each option year. Work under the contract will be by Task Order. Each Task Order will be negotiated individually. Hourly rates for each discipline will be set forth in the basic contract. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Small Business and Minority business firms are encouraged to participate. THIS IS NOT A REQUEST FOR PROPOSAL. The government will not recognize costs associated with preparation and submittal of Standard Form 330. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. Firms or joint ventures having the capabilities to perform the services described herein are invited to respond by submitting two copies of completed Standard Form 330, Architect-Engineer Qualifications in Compact Disc (CD) form only along with a letter of interest to be received by the office listed below by May 05, 2005, 4:00 PM EST. The Social Security Administration, Office of Acquisition and Grants, ATTN: Denita Patterson, 6401 Security Boulevard, G-C-7 East High Rise, Baltimore, Maryland 21235. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired nor accepted. See the attachment to this synopsis which contains two sample task order work statements describing some of the types of work that will be required under the basic contract. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. Only submittal by CD will be considered. Numbered Note 24 applies to this synopsis.
 
Place of Performance
Address: Social Security Administration Offices Nationwide
Zip Code: null
Country: US
 
Record
SN00784675-W 20050409/050407212956 (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.