Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect Engineering Services

Notice Date
12/16/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-12-R-0002
 
Response Due
1/17/2012
 
Archive Date
3/17/2012
 
Point of Contact
David A Oglesby, 601-313-1636
 
E-Mail Address
USPFO for Mississippi
(david.oglesby@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: Air National Guard Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. This notice is posted in its entirety and hereby serves as the pre-solicitation for this project. Point of Contact for this announcement is Lieutenant Colonel David Oglesby. Submit questions to david.oglesby@us.army.mil. The NAICS is 541330 "Engineering Services" and the Standard Industrial Classification is 8711/8712. This announcement is being solicited on an unrestricted basis. CONTRACT INFORMATION: Architect-Engineering Services: Indefinite Delivery, Indefinite Quantity contract for Thompson Field Air National Guard Base, 141 Military Drive, Jackson, Mississippi, 39232-8881. The A/E firm must be capable of responding to and working on multiple task orders concurrently. Selection of A/E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A/E firms are cautioned to review the restrictions of FAR 9.5 "Organizational and Consultant Conflicts of Interests" and FAR 36.209 "Construction Contracts with Architect-Engineer Firms". Any A/E firm that prepares a Request for Proposal for the design of a particular project will be restricted from participating in any contract or task order for the construction of that particular project. This announcement is being solicited on an unrestricted basis. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with this submittal. SCOPE OF SERVICES: Architect and Engineering services are required to provide type "A" Services (soil borings, site development, cost analysis, alternative designs, etc.), Type "B" Services (actual project design in accordance with all applicable codes, regulations, and ANG design guidance), and Type "C" Services (construction inspection) for maintenance and repair projects, alterations and additions to existing facilities or design of new facilities, roadway and military airfield pavements, and base utility and infrastructure upgrades (water, sewer, storm, power, gas, and communications systems). These projects will require multidiscipline engineering services in investigative, design, and inspection. List of proposed projects awaiting design include as follows: Resurface Roads and Parking Lots, Repair Fire Deficiencies, Repair Fire Station, and Replace Roofs. The services required for each project will be negotiated under a separate task order. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion): 1. Professional qualifications necessary for satisfactory performance of required services in the following disciplines (not intended to be all inclusive): Architectural, Structural Engineering, Mechanical Engineering, Fire Protection Engineering, Electrical Engineering, Civil Engineering, Surveying, Environmental, Reproduction, Travel, Geotechnical Engineering, Clerical, Subsurface Investigation, Drilling and Sampling, and Laboratory Testing. 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, use of recovered materials, and Leadership in Energy and Environmental Design (LEED). 3. Capacity to accomplish work in 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 of firm in general geographic area of the project with knowledge of the locality of the project. 6. Volume of DoD work in past 12 months. Any resultant contract will be for a base period of one year with option years available to be exercised for up to four additional years. The individual task orders may be of any value within the contract maximum ceiling value (base year and up to four option years) of $10,000,000.00 (Ten Million Dollars). A/E firms located outside the commuting distance (90 miles) of Jackson, Mississippi that wish to be considered must be willing to establish a temporary branch office within the commuting distance. The government will not pay for out of town travel. A single contract is to be awarded from this solicitation. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy, and one (1) electronic copy (CD) of their SF 330 (Architect-Engineer Qualifications) to Major Matthew W. Caudell, Base Civil Engineer, Thompson Field ANG Base, 141 Military Drive, Jackson, MS 39232-8881 to be received no later than 3:00 p.m. on Tuesday, January 17, 2012. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following website: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 Include the number and dollar value of the A/E contracts awarded by the Air and Army National Guard and DoD Agencies (include the previous year if the previous year is less than 6 months). Also include copies of any government evaluation reports showing performance on past work if available. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organizational Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch x17 inch sheet is used, it shall be neatly folded to 8 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C. Proposed Team, if the Prime has worked with the team members in the past five years. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders, as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which a person is associated. Completing PART II is required for each branch office of the Prime Firm and any Subcontractors that will have key role in the proposed contract. THIS IS NOT A REQUEST FOR PROPOSAL. Solicitation packets shall not be provided. Submittals must be received no later than 3:00 p.m. on Tuesday, January 17, 2012. Regulation requires that the Selection Board not consider any submittals received after 3:00 p.m. 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 for those firms selected by the Board will be in person and will be scheduled approximately 30-45 days after receipt of submittal packages. Please note, only those Firms rated highest based upon the six factors stated in the Selection Criteria, as determined by the Board, shall be afforded an interview. All questions shall be in writing to Lieutenant Colonel Oglesby, as listed above. Phone calls and personal visits for the purpose of discussing this solicitation with contract/project management and/or engineering personnel are not allowed. To verify receipt of your proposal, you may e-mail matthew.caudell@ang.af.mil or david.oglesby@us.army.mil. To be eligible for contract award, a firm must be registered the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please visit the CCR Web site at http://www.ccr.gov/. SUBMIT QUESTIONS ONLY IN WRITING TO david.oglesby@us.army.mil. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document at FedBizOpps (https://acquisition.army.mil/asfi/gov_personnel_main.cfm). Contractors are encouraged to review the Q&A documents BEFORE sending questions as they may have already been answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-R-0002/listing.html)
 
Place of Performance
Address: 172nd Airlift Wing 141 Military Drive, Jackson MS
Zip Code: 39232-8875
 
Record
SN02640780-W 20111218/111216234251-d901bfbf2d227c09c615e3cb6314f4df (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.