Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2007 FBO #1977
SOLICITATION NOTICE

R -- Architect and Engineering Services Indefinite Delivery

Notice Date
4/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB07R2002
 
Response Due
5/25/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
N/A
 
Description
The government is looking for qualified firms to Perform Type A, B, and C Architectural and Engineering services. An Indefinite Quantity Firm Fixed Price Contract is contemplated. Services will be mainly performed at Alpena Combat Readiness Trainin g Center, Alpena, MI. The A-E Indefinite delivery contract may be utilized by all National Guard Contracting Offices within the State of Michigan and may also be utilized by any Federal Agency. These services will be required for an undetermined number of projects of varying size and complexity. Individual delivery orders may be of any value within the contract maximum ceiling value (base year and up to 4 options years) of $10 Million total for the life of the contract including option years. This ceilin g may be applied for each State in the region and for other Federal users individually with no limit on individual delivery order amount (amounts must be within contract ceiling of each state or other user). Upon exhausting the dollar value for any perio d, the next option period may be exercised at that time. Delivery Orders awarded by other Federal activities will be administered and funded by those activities. Delivery orders negotiated and administered for other activities by National Guard contractin g offices may be subject to a negotiated service fee. A minimum of one award and a maximum of three awards may result from this announcement. In the event that multiple awards are made from this announcement each top ranking firm will be given fair oppor tunity to compete for individual delivery orders. This announcement is being solicited on an unrestricted basis. Should 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 the submittal, but must be approved prior to award to any large business. For information purposes, the small business size standard is $4.5 mission in annual average gross revenues for t he last three (3) fiscal years. A Request for Proposal (RFP) will be issued to a minimum of 1 maximum of 3 top ranked firms as determined by the Selection (Board(s) based upon the selection criteria and interviews. All firms must be registered in the DOD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. Looking for qualified Architect-Engineer consulting services to perform Type A (investigative), Type B (design), and option for Type C (construction survei llance and inspection) services for the above described range of projects. Type A Services shall include but not be limited to making investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as m ight be necessary to support the design of the system project. This shall include making economic feasibility studies and developing scopes for programmed projects., Type B Services shall include engineering calculations and analyses, complete design, statements of probable cost, complete detailed construction documents for such quality and completeness as to be competitively bid by contractors. Type C Services (option exercised at the time of project construction) shall include all personnel, equipme nt and materials necessary to perform all material data and shop drawing reviews, complete construction compliance inspection and material testing as required in the construction documents. A-E selection will be based on the following criteria listed in order of importance as listed: 1. Professional Qualifications; The qualifications of the individuals which will be used for these services will be examined for experience and education. The specific disciplines which will be evaluated are Civil, Mechani cal, Electrical, Structural, Environmental Engineers, Architects, Estimators, Specifications writers, Surveyors, and Draftsmen. 2. Specialized Experience; Sinc e this contract is expected to incorporate a wide range of various types of projects, the experience of the firm and its' consultants in a multitude of project types will be evaluated. Specific experience with HVAC design, paving design, fire detection and suppression system design, roofing designs, electrical system designs, knowledge of the locality and facility rehabilitation designs will be evaluated. 3. Capacity to Accomplish the Work; No unreasonable design deadlines are anticipated, however, t he general work load and staffing capacity of the design office will be evaluated. The firm's ability to respond to the needs of he client especially in performing site investigation and in determining the customer's needs will also be evaluated under thi s category. 4. Past Performance; The past performance of the firm on project for government (federal, state, local) agencies and private concerns will be examined. 5. Location; The geographic proximity of each firm to the Alpena CRTC will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. 6. Volume of DOD Work; The volume of DOD work the A-E firm was awarded during the past year will be examined. The A-E firm must submit an Standard Fo rm 330 Architect-Engineer Qualifications Part I and Part II. Responses are due 30 days after publication of this announcement close of business. All responses must be submitted via one electronic copy and one hard copy. Fax responses (SF330 )are not acceptable. Hard Copy Responses may be mailed to USPFO For Michigan ATTN: Contracting, Eva Lauchie 3111 W St Joseph Lansing MI 48913-5102. Questions regarding this announcement should be in writing to eva.lauchie@us.army.mil. Fax questions are ac ceptable at 517 483-5900. attn: Eva Lauchie.
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN01280212-W 20070426/070424221009 (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.