Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

C -- Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) Architec

Notice Date
7/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Office of HQ PS (HQ)U.S. Department of EnergyOffice of Headquarters Procurement ServicesMA-641000 Independence Ave., S.W.WashingtonDC20585US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0007038
 
Response Due
8/25/2014
 
Archive Date
9/24/2014
 
Point of Contact
Albert A. Manley
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for architect and engineering services. See Attachment 1 for the Statement of Work. The work shall support Department of Energy (DOE) Headquarters facilities located at Forrestal in Washington, D.C. and Germantown, Maryland, collectively the ?DOE Complex?. This shall include the Child Daycare Center at both Headquarters locations. DOE intends on awarding an IDIQ contract with a one year base and four one-year options not to exceed $5,000,000 including the four option periods. The Government reserves the right to award to one or more vendors. A/E services shall be required for an undetermined number of projects of varying size and complexity. The estimated minimum task order amount is $5,000. The estimated maximum task order amount is $500,000. Work shall be issued by firm fixed price negotiated task orders. The primary services under this IDIQ shall be in architecture and mechanical, electrical and plumbing engineering. Secondary services are civil, structural and fire protection engineering. This contract is advertised as a 100% Total Small Business Set-Aside. The firms must be an Architect/Engineer Firm with an approved North American Industry Classification System (NAICS) Code of 541310 and 541330 with the size standard of $7.5 million and $15.0 million respectively in annual average gross revenues for the last three (3) calendar years. This contract is being procured in accordance with the Brooks Act (PL 92-582), FAR Part 36 and DEAR Part 936. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A/E firm must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14 Limitation on Subcontracting. Firms responding to this synopsis must submit their responses via Compusearch's FedConnect portal (https://www.fedconnect.net) by 3:00 p.m. E.S.T. on August 25, 2014 to be considered. OTHER MEANS TO RESPOND WILL NOT BE ACCEPTED. Please see attached synopsis for full details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007038/listing.html)
 
Record
SN03438698-W 20140727/140725235156-aff8ea0423a23b477a703f6162f0ae2b (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.