Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

R -- Design Build Criteria Consultant Services are sought for the USPFO for Oregon.

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-07-R-0003
 
Response Due
6/18/2007
 
Archive Date
8/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this n otice. The USPFO for Oregon is soliciting for firms capable of performing Design Build Criteria Consultant Services to be performed at the Portland Air National Guard Base, Portland, OR; Kingsley Field Air National Guard Base, Klamath Falls, OR; Camp Rilea , Warranton, OR, and personnel or contractors directly related to the specific project. This announcement constitutes the only solicitation; proposals are being requested and a written formal solicitation from this office will not be issued. The NAICS code for this acquisition is 541611, SIC 8748. The Government intends on awarding a firm fixed price requirements type Indefinite Delivery Indefinite Quantity (IDIQ) contract, resulting from this announcement, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer, non-price and price related factors considered, and consistent with the Governments stated importance of evaluation criteria. This is a total smal l business set-aside. Contract duration will be one base year with four option years. Delivery orders will be placed against the awarded contract on a project by project requirement. Payment of delivery orders will be made electronically utilizing the Wide Area Work Flow (WAWF) procedures. FAR Clause 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. Additional FAR clauses included are 52.212-3 Alt 1, 52.212-4, 52.212-5, 52.222-26 and 52.232-33. The latest edition for FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of this provision are past performance, technical and price. Past performance and technical whe n combined are significantly more important than price. Offerors are to provide three sets of the complete proposal documents for evaluation. The following criteria will be used to evaluate the proposals: (Volume 1) Past Performance: Offerors are to provid e information and points of contact for a minimum of the past 5 years to demonstrate performance capabilities in the area of design build criteria consultant services that is relevant for this type of service. (It is the intent of the Government to provid e the points of contact a past performance questionnaire to be completed and sent back to this office to be used in the evaluation process). Offerors will provide a description of a minimum of 3 past design build criteria consultant service contracts in na rrative format with verifiable information. Offers shall explain what aspects are deemed relevant to the communication process between the owner, owners rep, users and the contractor during the design build consulting service process. (Volume 2) Technical: Offerors to provide information for design and construction management experience with 5 year minimum experience in the following areas: Direct leadership experience in design management (architectural and/or engineering). Direct leadership experience in construction management and supervision. Direct experience in design build criteria consulting services. Direct experience in design build owner representative services. Documentation skills in the areas of complying Request for Qualifications and Request for Proposals. Specialized experience, organization chart, specific personnel, quality control of documents and project scheduling techniques. (Volume 3) Price and related factors: Offeror to provide a list of all key personnel and categories to perform services as represented in Volume 2, complete with the hourly burdened rate. Price will be evaluated on reasonableness and realism of the proposed costs. Prospect ive offerors shall submit in separate packages and marked as such: Volume 1: Past Performance information. Volume 2: Technical. Volume 3: Price related factors. Three sets of the complete proposal package (Volume 1, 2 & 3) are to be submitted and consist o f no more than 60 pages. Proposal shall be typed in Microsoft Word Times New Roman 12 point font. The Government intends to evaluate proposals and award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Notice of any amendments to this solicitation will be posted via the FedBizOps site. Contractors are cautioned to check this site regularly. Offerors are responsible for all costs associated with preparing and submitting their proposal packages. Submission and/or receip t of the proposal or any part of it after the due date is subject to rejection and could be returned to the sender unopened. No solicitation mailing list will be complied. No requests for information, requests for clarifications or questions concerning thi s notice will be provided in response to telephone calls. Formal communications must be in writing and received not later than six (6) days prior to proposal due date. Proposal documents received become property of the Government. POC is SFC Cecily Martine z at (503) 584-3775, email address cecily.martinez@us.army.mil. Proposal due date is June 18, 2007 by 2:00 pm local time. Place of delivery is USPFO for Oregon, ATTN: Purchasing and Contracting (SFC Martinez) 1776 Militia Way SE, PO Box 14350, Salem, OR 97 309-5008.
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14350 or 1776 Militia Way SE Salem OR
Zip Code: 97309-5008
Country: US
 
Record
SN01296914-W 20070519/070517221148 (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.