Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Multi-Disciplinary A-E Services for the Idaho National Guard

Notice Date
5/31/2013
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-13-R-0001
 
Response Due
7/1/2013
 
Archive Date
7/30/2013
 
Point of Contact
Bryce N. Pitchford, 2082725042
 
E-Mail Address
USPFO for Idaho
(bryce.pitchford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: DESCRIPTION: Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. The United States Property and Fiscal Office (USPFO), Idaho National Guard, intends to award a two firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contract. This announcement is being solicited as unrestricted. Small business size standard is $14.0 Million for NAICS 541330. The Point of contact for this announcement is Bryce N. Pitchford. Submit questions to bryce.n.pitchford.mil@mail.mil CONTRACT INFORMATION: The work requires multi-discipline professional A-E services for various projects throughout the State of Idaho (Air National Guard/Army National Guard). The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in FAR 36 using the competitive ranking of firms based upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The competitive ranking will be followed by a negotiation with the most highly ranked firm and continuing to lower ranked firms only if satisfactory terms are not reached with the preferred firm as described in FAR 36.606. The A-E firm must be capable of responding to and working on multiple task orders concurrently. All firms responding to this announcement are cautioned to review FAR 9.5 - Organizational and Consultant Conflicts of interest; and FAR 36.209 - Construction Contracts with Architect-Engineer firms. The United States Property and Fiscal Office (USPFO) for Idaho intends to award two (2) Firm-Fixed-Price Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts, with Options, for support of National Guard activities throughout the State of Idaho (Air National Guard/Army National Guard). The A-E IDIQ contract will be established for a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods. A one-time minimum guaranteed amount for the contract is $2,000.00; and a cumulative $10 Million ceiling will apply for the duration of the contract. There is no minimum guarantee in the option years. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. quote mark 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 the initial SF 330 submittal. The National Guard subcontracting goals are as follows: Small Business 14%; Small Disadvantaged Business 3%; Women-Owned Business 5%; HUBZone Small Business 1%; Veteran Owned Small Business 3%; Service Disabled Veteran-Owned Small Business 1%. The Government anticipates that this announcement will result in the award of two contracts to provide services to supported locations/activities on a statewide basis. Offerors shall note that there will be no travel paid on the resulting task order unless specifically authorized by the contracting officer and only in unusual circumstances. DUTIES: Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), in accordance with applicable Army, Air Force and National Guard regulations/standards for facility design and construction and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and criteria consultant services for design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects shall incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 and ANG Sustainable Design and Development policies. DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience. SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal is non-compliant with the submission requirements. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance: (1)PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Address professional qualifications by education, training, registration, certifications, overall and relevant documented specialized experience of key individuals in the discipline of Architecture; Mechanical; Civil; Electrical; Structural; and Interior Design. (2)SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION, DUTIES, including experience in energy-efficient products and services, products and services that utilize renewable energy technologies, waste reduction, environmentally preferable products and services and use of recovered/recycled materials (3)CAPABILITY TO ACCOMPLISH the work in the required time. Discuss ability to meet the potential of working on multiple task orders at one time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontractors, and quality control procedures. Address capability to furnish drawings in CADD format; text documents in Microsoft Office format; and specifications as an Adobe Acrobat PDF file. (4)PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List but do not submit more than five (5) actual copies of recent awards, commendations or other superior performance indicators. (5)LOCATION in the general geographical area (50 Mile Radius) of the projects and knowledge of the locality of the project areas (Boise, Idaho). All contract work is to be performed within the State of Idaho. Address specific knowledge of Idaho topography and soil conditions, coastal and weather conditions and knowledge of State of Idaho local building codes and practices. (6)VOLUME OF WORK performed in the previous 12 months under contracts awarded by DOD. SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSALS. Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit three (3) completed and bound paper copy of their SF 330 (Parts 1 and II)(Architect-Engineer Qualifications). Additionally, firms may submit the data on CD/DVD but the CD/DVD shall not substitute for the hard copy submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part 1, Section B. FONT SIZE shall be at least 10 pitch or larger on white letter-sized paper (8-1/2 inches by 11 inches), limited to 20 double-sided sheets, stapled, fastened or bound. Do not furnish design portfolios, prints, magazines, newspaper clipping and/or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Solicitation packages will not be provided. Qualification submissions must be received no later than 3:00:00 p.m., Mountain Daylight Time, on 01 July 2013. Submission may be hand-carried to the USPFO Purchasing and Contracting Office, 3489 W Harvard St. BLDG 564, Boise, ID 83705 or mailed to Idaho National Guard, ATTN: USPFO Purchasing and Contracting Division. 3489 W. Harvard St. BLDG 564, Boise, ID 83705. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 3:00:00 p.m. Mountain DaylightTime on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of AE Qualification Submission will be posted on the following website: https://www.fbo.gov. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. To be eligible for contract award, a firm must be registered System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process may take 3 - 5 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-13-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN03076852-W 20130602/130601000322-d5462935269f69e859445b669aa8de5b (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.