Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

C -- Maine Army & Air National Guard Indefinite Delivery Indefinite Quantity (IDIQ) for Architect/Engineer (A-E) Services

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-07-R-0004
 
Response Due
5/21/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
N/A
 
Description
This requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Architect/Engineer (A-E) and other Professional Services, potentially for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions, building renovations, site work, parking, taxiways, and roads. Architect-Engineering services are typically described as Title I - Type A 'Concept-Investigative', Title I - Type B 'Design', and Title II - Type C 'Inspection' Services, to include Reproduction. Other Professional Services; the A-E may be requested to provide advisory services for Source Selection Evaluation Boards as Non-Voting Advisor members. Services may include but are not limited to, provid ing advice on technical requirements of the Request for Proposal (RFP), serving as an advisory to the Board during Source Selection Process. Offerors will be advised in the RFP of the A-E participation in this process and be required to sign a release with the A-E. The A-E may also provide advisory and technical assistance in possible protest situations. Such services will be separately negotiated and priced if required. The primary purpose of this contract is to provide services for Army and Air National G uard projects located throughout the State of Maine. Selected A-E firm shall provide Title I Type A & Type B services and Title II, Type C services. Type A services shall include, but not limited to, field surveys and investigations required to obtain dat a that is essential to the performance of Type B services and is not available from Federal or State government resources. These surveys and investigations may include topographical surveys; soil borings and other subsurface investigations; soils, chemica l and mechanical surveys and investigations; determination of utility locations and capacities; and similar fact-finding investigations and technical studies at the approved project site. Type B design services shall include production of complete designs (including concepts, preliminary and final plans), drawings, outline and final specifications, basis for designs, design analysis, and preliminary and final cost estimates. Special design considerations shall include energy conservation features, sustaina ble/LEED compliance, and permitting requirements. Type C services shall include all personnel, equipment, and material necessary to provide construction Supervision and Inspection services which may include review of material submittals and shop drawings, evaluation of proposed contract modifications, assisting in the preparation of the technical documents needed to execute modifications, and other type C services and related tasks assisting in the management services, otherwise known as SIOH. CONTRACT I NFORMATION: The contract period of performance will be for a two year base period and three (3) one year options. The contract will not exceed $2,000,000.00 per year. The maximum order value of each individual task order issued shall not exceed $550,000.00 . A Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines and for use in negotiating FFP task orders. Individual task order s will be issued under the contract and will be negotiated as separate stand-alone projects. A minimum one time fee of $1,000.00 is guaranteed during the life of the contract to include any or all options years. This announcement is open to firms regardle ss of size. Qualified minority firms are encouraged to participate. Services may be made available to other Department of Defense (DoD) contracting offices. SELECTION CRITERIA: Selection of firm will be IAW Subpart 36.602 of the Federal Acquisition Regula tion (FAR), and DoD and Army Supplements thereto. The following are the selection criteria in descending order of importance. Criteria: 1) Professional Qualif ications, 2) Specialized Experience & Technical Competence, 3) Ability of A-E Firm to accomplish work throughout the State of Maine; 4) Past Performance 5) Capacity to Accomplish Work in the Required Time 6) Sustainable Designs and 7) Volume of DoD Work. (1) PROFESSIONAL QUALIFICATIONS: The project team should include the following disciplines: civil, structural, mechanical, electrical, architectural, and environmental engineers all required and must be identified on the Standard Form (SF) 330  Architect /Engineer Qualifications. Other beneficial disciplines include interior design, acoustical, landscape, etc. The make-up of the proposed design team, to include outside consulting firms, will be evaluated; therefore the anticipated design team should be id entified. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. (2) SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: The nature of the contract is such that experience designing/renovati ng military-type facilities is highly desired. Experience and technical competence in designing these types of projects and preparation of project documents should be included. (3) ABILITY OF A-E FIRM TO ACCOMPLISH WORK THROUGHOUT THE STATE: The general capabilities and the demonstrated experience that the firm has in coordinating and permitting of projects with the various local authorities. (4) PAST PERFORMANCE: The history of performance by the firm on projects for Government (Federal, State, and Loca l) agencies and some private concerns will be examined. Areas such as workload, quality of work (project documents and function) and compliance with performance schedules will be examined. The Offerors are reminded that while the Government may elect to c onsider data from Army Corps of Engineers electronic A-E Contract Administration Approval System (ACASS ) and other sources, the burden of providing good past performance rests with the offerors. (5) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Th e general capabilities of the firm to develop the design and prepare the project documents within the time limits set by the Government will be examined. The time limit for each delivery order negotiated under this IDIQ contract will be negotiated separat ely for each order. Prospective firms should demonstrate their capability and performance regarding on-time delivery of their designs. (6) SUSTAINABLE DESIGN: The general capabilities and experience of the firm to develop the design and prepare the projec t documents in accordance with the Leadership in Energy and Environmental Design (LEED) Criteria.(7) VOLUME OF DoD WORK: Provide the volume of DoD and other Government Agency contracts awarded in the past 12 months (total number of projects and dollar val ue of each). Considerations shall also include current workload as listed on the SF 330 and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This announcement is open to all firms regardless of size. Qualified minority firms are e ncouraged to participate. The small business size standard classification is North American Industry Classification System (NAICS) applicable to this project is 541330 Architectural Services, and corresponds to SIC Code 8712. ($4,000,000). ALL requiremen ts of this announcement must be met for a firm to be considered responsive. Responses to this offer must be received by the designated individual/office no later than May 21, 2007 at 10:00am Eastern Standard Time (10:00hrs). Submissions received after the above time will not be accepted. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as a top rated firms recommended for interview will be recommended solely on their wr itten response to this announcement. Firms which wish to be considered for selection are invited to submit three (3) completed, current, signed, and dated SF 33 0 for the prime and each consultant. Required forms may be obtained on the internet at http://www.gsa.gov. Materials must be mailed or hand-delivered, faxed or e-mailed materials will NOT be accepted or considered. All materials must clearly identify the Solicitation Number (W912JD-07-R-0004) on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-1. Submit required materials to: US Property & Fiscal Office for Maine, Attention: Contracting Of fice, Mrs. Darlene R. Howes, Building #39, Camp Keyes, Augusta, Maine 04333-0032. Estimated starting date is August 2007. The SF 330 should reflect all experience related to a multi-disciplined ID/IQ type contract and the type of contracts designed and/or managed. Firms with more than 1 office shall indicate on the SF 330 the office out of which the work will be performed and the staffing composition of that office. Should a Large Business be selected for this contract, it shall comply with FAR 52.219-9  Small Business and Small Disadvantaged Business Subcontracting Plan. The plan is not required with initial submission but will be requested and required prior to award. This provision does not apply to small business concerns. No personal visits for the purpose of discussing this announcement or the submittal will be permitted. In accordance with DFARS 204.7302 and firm must be registered with Central Contractor Registration (CCR) prior to award of this contract. Applications for CCR registration may b e obtained online at the following Internet address: http://www.ccr.gov. Contractors would also be required to submit Online Representations and Certifications Application (ORCA), per FAC 2001-26 and the Federal Register. THIS IS NOT A REQUEST FOR PROPOS AL (RFP). The RFP will be issued after the Selection Authority has made the selection decision. If there are any questions, please e-mail them to: Mrs. Darlene R. Howes at darlene.howes@us.army.mil.
 
Place of Performance
Address: USPFO for Maine Camp Keyes, Augusta ME
Zip Code: 04333-0032
Country: US
 
Record
SN01263147-W 20070401/070330220943 (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.