Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

C -- IDIQ CONTRACT FOR ARCHITECT AND ENGINEERING SERVICES

Notice Date
1/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
F6TSCE8297A003
 
Response Due
2/13/2009
 
Archive Date
4/14/2009
 
Point of Contact
ELKE H. NEAL, 253-512-8885<br />
 
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. Description: IDIQ Contract for A&E SERVICES CONTRACTS - POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR KENNETH CHAPMAN AT (253) 512-8886 AND ELKE NEAL AT (253) 512-8885. SUBMIT QUESTIONS TO: Kenneth.r.chapman@us.army.mil and elke.neal@us.army.mil. This notice is posted in its entirety and hereby serves as the official solicitation for this project Scope of work consists of Architect-Engineer Type A (Investigative and Concept), Type B (Design) and Type C (Construction Inspection) Services for the design of miscellaneous projects on an indefinite delivery indefinite quantity type contract. Delivery orders may consist of a number of alteration, construction and maintenance and repair projects involving a wide range of multi-discipline design expertise. These projects will be at four western Washington Air National Guard Stations Paine Field (Everett), Boeing Field (Seattle), McChord AFB, and Camp Murray (Tacoma). Type A services include investigations, collecting data and other such fact finding studies necessary to support the design of various projects. The Government may place delivery orders for the development of project books/statements of work under this contract. Type B services (Optional) shall include engineering calculations and analyses, complete design, statement of probable cost and construction contract documents completed in sufficient detail so as to be competitively bid by contractors. Type C services (Optional) include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews and compliance on-site inspection. Type C services under this option, if exercised, will not commence until the construction project starts. The indefinite delivery contract will not exceed the maximum, cumulative fee of $1.5 million per year with each delivery order not exceeding $500,000. The contract will contain a minimum guaranteed fee of $1,000 with a contract term of a Base Year from date of award with Four (4) Option Years. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit their SF 330 (Architect-Engineer Qualifications) to: USPFO/P&C, Attn: Kenneth Chapman and Elke Neal, Bldg 32, Quartermaster Rd, Camp Murray, Tacoma, WA the SF 330, 6/2004 edition, will be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms. This is not a request for proposal. Solicitation packages shall not be provided. SF 330 submittals shall be received no later that 4:00 p.m. local time, 13 February 2009. The prime contractors submittal must include a SF 330 for each of the consultants that will be used on this contract regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 4:00 p.m. local time on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 7-10 days after receipt of submittal packages. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance Prospective A&E firms will be evaluated on the criteria listed below in relative order of importance. (1) Professional qualifications; disciplines should include architectural, civil, electrical, mechanical, structural and environmental. Principals, project officers, project architects and engineers shall be licensed in their appropriate disciplines; (2) Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered material. Sustainable design experience utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED registered projects, LEED accredited professionals, and show experience in the LEED design/certification process will be rated more favorable. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). Technical competence and experience using the International Building Code (IBC); (3) Capacity to accomplish work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location highest rating will be awarded to firm within 30 miles either side of Interstate 5 from Olympia to Everett, Washington; (6) Volume of work awarded by DOD during last twelve months. The prime contractors submittal must include a SF 330 for each of the consultants that will be used on this contract. This requirement is SET ASIDE FOR 100% SMALL BUSINESS. The applicable North American Industry Classification System (NAICS) code is 541310 with a small business size standard of $4.5 million. This is not a request for proposal. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=140abf4acc4bbc3a16428a45e877e8cd&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
Zip Code: 98430-5170<br />
 
Record
SN01731209-W 20090115/090113214845-140abf4acc4bbc3a16428a45e877e8cd (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.