Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect and Engineering Services

Notice Date
11/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-07-R-0001
 
Response Due
12/8/2006
 
Archive Date
2/6/2007
 
Small Business Set-Aside
N/A
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C-ARCHITECT AND ENGINEERING SERVICES-CONSTRUCTION OFFADD: USPFO FOR IOWA, IOWA NATIONAL GUARD, CAMP DODGE, 7105 N. W. 70TH AVENUE, BLDG #W41, JOHNSTON, IA 50131-1824 SUBJECT: C-ARCHITECT AND ENGINEERING SERVICES-POTENTIAL SOURCES SOUGHT SOL: W912LP-07-R-0001 DUE: 120806 POC: Theresa Cory, Contract Specialist, 515-252-4647 DESC: Synopsis: The Iowa National Guard wishes to select an Architect-Engineer Firm for Type A, B, and C services for an Indefinite Delivery/Indefinite Quantity, Multiple Disciplinary Contract for projects at the Iowa Air National Guard Base, Sioux Gatew ay/Col Bud Day Airport, Sioux City, Iowa, and the Fort Dodge Air Station, Fort Dodge, Iowa. Services that may be required will consist of, but not limited to the following: Designs and/or feasibility studies for new structures, facility renovations, HVAC retrofits, lighting, electrical upgrades, roofing, pavement, landscaping, and inspection services for construction projects, etc& Work includes the production of designs, plans, drawings, cost estimates, specifications, fact finding studies, material sub mittals, surveys, tests, investigations, and economic analysis as required to execute construction projects. Submittal of electronic plans in AutoCAD2006 is also required. The following are the significant A/E selection factors and their relative order o f importance to the Government: (1) Professional qualifications: It is necessary for satisfactory performance of required services, the design team must possess registered personnel with experience on IDIQ contracts in the following disciples: architectu ral, structural, mechanical, electrical, civil, land surveying, geotechnical, and environmental. (2) Specialized experience and technical competence: Firms must demonstrate specialized experience and technical competence in the IDIQ type of work require d, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and achieving reduction and energy efficiency in designs. Address the experience of the design team by providing spe cific examples of projects in a wide variety of multi-discipline design projects and studies. Include contract numbers, points of contact, telephone numbers, and e-mail addresses. Also address the design teams familiarity with the Task Order Contracting process and the preparation of Task Order construction documents and estimates. Provide an organizational chart indicating all key personnel (prime and consultants) to be utilized under this contract (3) Capacity to accomplish work in required time: Fir ms must address the ability of the design team to complete projects within mandatory time frames including multiple Task Orders under an IDIQ contract. (4) Past performance: Firms will be evaluated on contracts with government agencies and private indus try in terms of cost control, quality of work, estimating performance, and compliance with performance schedules. Provide examples of project specific work with current telephone/fax numbers and e-mail addresses for each contract/project listed. Provide recent ACASS Evaluations. (5) Location: Firms will be evaluated based on their knowledge of the general geographical areas of Sioux City and Fort Dodge and the physical location of the office(s) that will support the two installations. The following is additional information shall be provided: Firms with more than one office must provide addresses, telephone/FAX numbers, and distinguish by disciplines the number of personnel for each office. (6) Volume of work: Firms shall provide the total award dol lars received by DOD during the past twelve months on design work only. All offerors are required to complete the representations and certification clauses at the online representation and certification application (ORCA), website: htpp://orca.bpn.gov. You r firm will need to be registered on the central contractor registration (CCR), website: www.ccr.gov, prior to any award resulting from this announcement. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9 Small Business Subcontracting Plan, for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For i nformation purposes, the small business size standard is $4.5 million, NAICS codes 541310, in annual average gross revenues to the last three (3) fiscal years. The estimated start date for the contract is 1April 2007. The IDIQ Contract will be for a ba se year with four (4) one year option periods. Individual task orders may be of any value within the contract maximum ceiling value (base year and up to four option years) of $10,000,000.00. The resulting award will be an optional uses Indefinite Delivery /Indefinite Quantity Contract for the National Guard contracting office and other DOD activities in the state. This is not a request for proposal. Response to this notice (SF330) must be received in the Office of the United States Property and Fiscal O fficer, Purchasing and Contracting Division, Camp Dodge, 7105 N. W. 70th Avenue, Building #W41, Johnston, IA 50131-1824 by close of business, 4:30 p.m. central standard time, 8 December 2006. Firms desiring consideration shall submit appropriate data as d escribed in numbered note 24 (available on ASFI website).
 
Place of Performance
Address: 185 ARW 2920 Headquarters Avenue Sioux City IA
Zip Code: 51111-1300
Country: US
 
Record
SN01177455-W 20061109/061107220815 (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.