Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

C -- A/E Design Services to Support the International Broadcasting Bureau (IBB)

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
CON-06-630028-GH
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), subject to availability of funding, has a requirement for Architect/Engineering (A/E) services at its offices in Washington, DC. Some travel to domestic and foreign BBG/IBB locations may be required. The disciplines required are mechanical, electrical, structure, civil environmental, limited architectural, and related services. The work will include, but will not necessarily be limited to the following: investigate problems, perform inspections, perform engineering analyses, perform site assessments, compare alternatives, recommend solutions, prepare reports, prepare economic analysis, prepare statements of work (SOW) for construction, prepare construction drawings, cost estimates, schedules, technical specifications and perform construction support services (e.g., inspection, as-built drawings, etc.), modify AutoCAD drawings, perform product research and provide peer design review. Individual task orders may typically range from $500 to $5,000. The North American Industry Classification System Code (NAICS) for this procurement is 541330 (Engineering Services) and the small business size standard is $4.0 million. This proposed requirement is a 100% Small Business set-aside. All responsible small business sources shall submit Standard Form (SF) 330 in order to be considered. Selection criteria, as set forth in Federal Acquisition Regulation (FAR), Subpart 36.602-1, shall be as follows: 1. Professional qualifications necessary for satisfactory performance of the required engineering services. Offerors shall provide a list of references including names, title, organization, telephone and facsimile numbers and e-mail address; 2. Specialized technical experience in multiple small task order contracts of varying duration, complexity and involving various disciplines; 3. Capacity to accomplish work in the required time-frame with emphasis on rapid response time for a multitude of small tasks and the firm's surge capability to meet multiple needs when required. Ability to respond to work demands in a short "turn around period"; 4. Past Performance on U.S. and private sector contracts in areas of design, engineering analyses, site assessments, cost estimating and completion of tasks on time; 5. Knowledge/experience to accomplish multi-discipline engineering work for various overseas geographic sites simultaneously; and 6. Organization and office management approach is evidenced by the successful firm's approach to the specified work. 7. Experience utilizing AutoCAD and proficiency in Microsoft Word. An indefinite delivery, indefinite quantity (IDIQ) contract using fully cost-loaded labor categories is anticipated. The contract term will include a one-year base period with four renewable annual options, with the same minimum and maximum amounts cited below. Each Task Order will be individually priced using fully cost-loaded rates and negotiated on a Firm, Fixed Price (FFP) basis. The estimated total dollar amount for all task orders within any contract year is not expected to be less than $5,000 nor greater than $200,000. Multiple contracts may be awarded. Please note that none of the above stated examples of probable work tasks represent the Government's firm requirements. No solicitation package is available. Interested firms having the capabilities to perform the above work are invited to submit an original and three (3) copies of Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office Address listed above. The SF 330 may be expanded, if necessary, to address the selection criteria fully. A completed SF 330, Architect-Engineer Qualifications, shall be submitted for each proposed subcontractor. All submittals shall be delivered no later than 2:00 PM Eastern Daylight Saving Time, June 21, 2006. All responses to this announcement must be in writing. All responsible sources may submit a proposal, which shall be considered by the Agency. This notice is not a RFP. See Numbered Notes 1, 24, and 25.
 
Place of Performance
Address: Washington, DC
Zip Code: 20237
 
Record
SN01047921-W 20060517/060515220032 (fbodaily.com)
 
Source
FedBizOpps 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.