Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
MODIFICATION

C -- AE Services - DB SOW

Notice Date
4/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
SNMSHABBTLCFY14
 
Archive Date
4/2/2014
 
Point of Contact
Nicholle Clinton, Phone: 202.693.9867
 
E-Mail Address
Clinton.Nicholle@dol.gov
(Clinton.Nicholle@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Evaluation Info A/E Scope of Work Design Build Statement of Work SPECIAL NOTICE REQUESTING A-E QUALIFICATIONS STATEMENTS *Project and Selection Information have been added for project clarification* **Revised SF330 submittals or new SF330 submittals are to be emailed to cross.tracey@dol.gov by close of business 29 April 2014.** The Department of Labor Mine Safety and Health Administration (MSHA) is requesting A-E Qualifications Statements in accordance with FAR 36.602-5 A-E Short Selection Process for anticipated A-E services at its Approval and Certification Center located in Triadelphia, PA. **MSHA intends to award a single IDIQ contract with a period of performance of one base year and four one-year options to service their Approval and Certification Center in Triadelphia, PA. The anticipated contract capacity is $150,000.00 with a one-time minimum guarantee of $2,000.00.** **The Government intends to award a contract resulting from this solicitation to the firm ranked amongst the Most Highly Qualified who represents the Most Preferred Firm by the Chairperson of the Board, in accordance with the evaluation factors and their relative importance as outlined in Section III of this plan, as well as discussions. The government must be able to negotiate a mutually satisfactory contract in accordance with FAR 36.606. If mutual agreement does not occur then the procedures in 36.606(f) will be followed and the government will commence negotiations with the next Most Preferred Firm who was amongst the Most Highly Qualified.** Architect-Engineering firms interested in having their qualifications statements on file with MSHA for possible consideration for small dollar projects (not exceeding the Simplified Acquisition Threshold) during calendar year 2014 are invited to submit only their Standard Form 330 Part 1 & Part II via Email to Clinton.nicholle@dol.gov by close of business 29 April 2014.** ** The initial project to be awarded as the first task order is attached, as well as a general SOW for the design-build the A/E will begin their Conceptual Design from is attached. The initial task order is also not limited the addition of any additional A/E services. The initial task order will be utilized as the request for proposal for negotiations to be held in accordance with FAR 36.606 for this award. Once a mutually satisfactory task order is negotiated, A/E rates for all major trades shall also be negotiated and if both the task order and base contract rates and all out-years are mutually satisfactory during negotiations, award will be made.** Architect-Engineer Firms of all size standards, under the North American Industrial Classification System codes: 541330-Engineering Services; and 541310-Architectural Services can submit their SF330s. This is not a request for proposals; No solicitation will follow. No reimbursement will be made for any costs associated with providing information in response to this special notice or any follow up information requests. **The work to be performed as a part of this IDIQ includes a full range of A-E services for engineering. A majority of the work specified below shall be performed or approved by a registered or licensed architect or engineer, work may include design and construction phase services, which may include, but are not limited to any or all of the following: design/build request for proposal preparation, conceptual drawings, conceptual reports, conceptual submittals, field surveys, architectural and engineering designs, plans, drawings, estimates, specifications, investigative work, feasibility and concept studies, space utilization, design concepts/standards, research, consultation services, analysis, engineering, engineering during construction, and construction phase support. Engineering and design within these services also include, but are not limited to, design of new construction, both vertical and horizontal, alteration of facilities, maintenance and repair of real property, pre-design site assessment, topographic and boundary surveys to include mapping, geotechnical investigation and reports, environmental investigations, studies and reports, hazardous materials testing, abatement and monitoring, historical and cultural resource investigations, seismic studies, cost/price estimates, value engineering, design reviews, life cycle cost/pricing, computer aided drafting, geospatial information systems (GIS), building information modeling (BIM). Engineering during construction and construction phase support include post design-shop drawing review, construction phase services, and construction administration.** Total design fee services shall not exceed the statutory limitation of six percent (6%) of the estimated construction cost. The services other than design that occur during the design phase, fall outside of the 6% statutory limitation. Anticipated Award Date: The contract is anticipated to be awarded in the 3rd Qtr FY14. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than close of business 29 April 2014.** Under FAR 52.219-14 (c) (1), Limitations on Subcontracting, Small Businesses are reminded that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. No construction contract may be awarded to the firm that designed the project. All interested contractors must be registered with System for Aware Management, www.sam.gov, to be eligible for award of Government contracts. Email responses to: Clinton.nicholle@dol.gov, mailed submissions WILL NOT be accepted. Point of Contact: Nicholle Clinton, 202-693-9867 Place of Performance: MSHA Approval and Certification Center, 765 Technology Drive, Triadelphia, WV 26059
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/SNMSHABBTLCFY14/listing.html)
 
Place of Performance
Address: MSHA Approval and Certification Center, 765 Technology Drive, Triadelphia, West Virginia, 26059, United States
Zip Code: 26059
 
Record
SN03337781-W 20140416/140414234437-c99571ad01540eba6c630e0f673d5101 (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.