Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2014 FBO #4477
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract.

Notice Date
2/24/2014
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-14-R-0002
 
Response Due
3/28/2014
 
Archive Date
4/27/2014
 
Point of Contact
Heidi Sigl, 701-333-2226
 
E-Mail Address
USPFO for North Dakota
(heidi.l.sigl.mil@mail.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), North Dakota National Guard, intends to award a single firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contract. This announcement is being solicited as unrestricted under NAICS 541310 and 541330. The Point of contact for this announcement is Dallas Eckholm. Submit questions to dallas.w.eckholm.civ@mail.mil CONTRACT INFORMATION: The work requires multi-discipline professional A-E services for various projects for the North Dakota Air National Guard (NDANG), Hector IAP, Fargo, North Dakota. In addition to the NDANG, projects may include work for the North Dakota Army National Guard (NDARNG) as required. The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in FAR Part 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 North Dakota intends to award one (1) Firm-Fixed-Price Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, with Options, for support of the Air National Guard in Fargo, ND. 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 $5,000.00; and a cumulative $10 Million ceiling will apply for the duration of the contract with a $500,000 limit on an individual Task Order except in unusual circumstances and approved by higher headquarters up to $750,000. 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. The Government anticipates that this announcement will result in the award of one contract 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; and Structural 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. (5)LOCATION in the general geographical area of the projects and knowledge of the locality of the project and knowledge of state local building codes and practices. (6)VOLUME OF WORK performed in the previous 12 months under contracts awarded by DOD. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements which are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the A-E effort involved. 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 I and II)(Architect-Engineer Qualifications). Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part I, 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 4:00:00 p.m., Central Standard Time, on 28 March 2014. Submission mailed to NGND-PFO-P&C, PO Box 5511, ATTN: Contracting Office Dallas Eckholm, Bismarck, ND 58506-5511. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 4:00:00 p.m. Central Standard Time 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 in System for Award Management (SAM), to register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are found 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/DAHA32/W901UZ-14-R-0002/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN03295411-W 20140226/140224234833-7a3bf6d22699a1ad7b7343c2887dc6a0 (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.