Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

C -- Architecture and Engineering Services - HHM402-10-R-0158 Offeror Instructions - HHM402-10-R-0158 Statement of Work - HHM402-10-R-0158 Award Evaluation Factors

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-10-R-0158
 
Point of Contact
Harry L. Harting, Phone: 202-231-8349
 
E-Mail Address
harry.harting@dia.mil
(harry.harting@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
HHM402-10-R-0158 Award Evaluation Factors HHM402-10-R-0158 Statement of Work HHM402-10-R-0158 Offeror Instructions <!-- /* Font Definitions */ @font-face {font-family:"Cambria Math"; panose-1:2 4 5 3 5 4 6 3 2 4; mso-font-charset:0; mso-generic-font-family:roman; mso-font-pitch:variable; mso-font-signature:-1610611985 1107304683 0 0 159 0;} /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {mso-style-unhide:no; mso-style-qformat:yes; mso-style-parent:""; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:12.0pt; font-family:"Times New Roman","serif"; mso-fareast-font-family:"Times New Roman";}.MsoChpDefault {mso-style-type:export-only; mso-default-props:yes; font-size:10.0pt; mso-ansi-font-size:10.0pt; mso-bidi-font-size:10.0pt;} @page Section1 {size:8.5in 11.0in; margin:1.0in 1.25in 1.0in 1.25in; mso-header-margin:.5in; mso-footer-margin:.5in; mso-paper-source:0;} div.Section1 {page:Section1;} --> PUBLIC NOTICE OF INTENT TO AWARD ARCHITECTURE AND ENGINEERING SERVICES CONTRACTS The Government has a requirement to acquire Architecture and Engineering (A&E) services to renovate Secure Compartmented Information Facilities (SCIFs) at United States embassies located worldwide. The successful contractors will furnish all supervision, management, material, equipment and services necessary to accomplish individual task order Statement of Work (SOW) requirements. The SOW requirements for each SCIF renovation project will consist of four phases as follows: 1) Preparing and submitting a project management plan, 2) Performing a site survey and assessment and preparing and submitting 35% design recommendation, construction SOW, construction schedule and construction cost estimate, 3) Preparing and submitting 100% review submission design drawings and constructability review, and 4) Preparing and submitting Issued-for-Construction design drawing to be approved by the U.S. Department of State Bureau of Overseas Building Operations for construction. There will be no design competition. Selected contractors will not be subsequently eligible for award of task orders under a separate Design and Build renovation contract to be competitively awarded later for the performance of the SCIF renovations; therefore all prospective offerors are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest) prior to submitting their qualifications for consideration. The Government intends to award Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task-Ordering Contracts (MATOCs) to two (2) large business Architecture and Engineering firms and to one (1) small business Architecture and Engineering firm in accordance with the Brooks Architect-Engineer Act (P.L. 92-582), FAR SubPart 36.602 (Selection of Firms for Architect-Engineer Contracts) and DFARS Subpart 236.602 (Selection of Firms for Architect-Engineer Contracts). Offerors will be selected for contract award based upon the following evaluation criteria: 1) Professional Architecture and Engineering qualifications, 2) Specialized experience and technical competence performing SCIF renovations at U.S. embassies, 3) Past contracts experience, 4) Capacity to accomplish the work in the required time, 5) Possession of a SECRET facility security clearance, 6) Performance on previous contracts, 7) Large Business Offeror Small Business Subcontracting Plan or Small Business Offeror Capacity Description, 8) Volume of work awarded by the Department of Defense during the previous twelve (12) months, and 9) Geographic proximity to the city of Washington, D.C. Each resultant IDIQ MATOC contract will have a maximum term of five (5) years from the date of contract award consisting of a base period of one (1) year and four (4) option periods of one (1) year each. Separate firm, fixed-price task orders valued at approximately $100,000 each will be issued against the basic contract(s) for individual SCIF renovation projects. Each contractor will be initially issued a minimum of one (1) task order valued at not more than $100,000. The total value of all task orders issued against any and/or all of the three IDIQ MATOC contracts shall not exceed $5,000,000 over all five years, and is not expected to exceed a total value of $1,000,000 per year. Each contractor will be provided with a fair opportunity to submit a price quote for each renovation requirement unless approval is obtained to waive or limit competition in accordance with FAR SubPart16.505 (Ordering). The Government will evaluate each contractor’s price quote and will select a contractor for issuance of a task order based upon the best value to the Government, price and other factors considered. This acquisition is for licensed professional Architectural and Engineering services firms. The NAICS code is 541310 (Architectural Services). Small business Architecture and Engineering services firms are defined as those that have not received more than $4,500,000 in annual average receipts over the past three (3) fiscal years. Offerors must have a current SECRET facility security clearance and must have the capability to receive and store classified documentation at the SECRET security classification level. Offeror employees who will be performing the contract(s) must be U.S. citizens who possess SECRET personnel security clearances on the date of contract award(s). Offerors must submit a completed SF 330 (Architect-Engineer Qualifications) by email to Mr. Harting, Senior Contract Specialist (contractor) at harry.harting@dia.mil not later than 12:00 hours (noon) on 6 July 2010 in order to be considered for contract award. SF 330s received late after the deadline will not be considered for contract award. Offerors must prepare their SF 330s in accordance with the offeror instructions of this public announcement in order to be responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0158/listing.html)
 
Record
SN02168429-W 20100606/100604234514-f4b27d6e97f60a355090a810aad03b7a (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.