MODIFICATION
C -- Architectural and Engineering Design Services
- Notice Date
- 11/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-15-PS-15-IQ00002
- Point of Contact
- ADRIENNE R. WASHINGTON, Phone: 202-382-7867, Herman Shaw, Phone: 202-382-7856
- E-Mail Address
-
SF330submissionARW@bbg.gov, hshaw@bbg.gov
(SF330submissionARW@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 001 NAICS code is changed from: 54131 to: 54133 THIS IS A PRE-SOLICITATION NOTICE THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330 1. PROJECTION INFORMATION : The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (M/CON), has a needed to establish a new Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architectural and Engineering Design Services. Service are primarily Architectural and Engineering service to conduct Design and Installation services primarily for Medium Wave (MW), Shortwave (SW), Frequency Modulation (FM), Television, and other broadcast consulting engineering services related to transmission systems. Scope of work may include: 1. new design and construction, Renovation; Maintenance and repair of new and existing MW, SW, FM, TV and other Transmitting systems. Multiple Work-Phasing System to allowing orderly progressions from the Investigation Phase to the Construction Support Phase when work requires construction of facilities: a. Investigation Phase, b. Concept Design Phase - 35%, c. Statement of Work Preparation Phase - 95% or d. Pre-Final Design Phase - 100%, and e. Construction Support Phase Location: Washington, D.C., Greenville, North Carolina; and various overseas sites such as Thailand, Philippines, Botswana, Germany, Kuwait, Sri Lanka, Marianas, and Sao Tome 2. CONTRACT INFORMATION: Service Type: Brooks Act (Public Law 92-582) Federal Acquisition Regulation Subpart 36.6 Architect-Engineer Services NAICS Code: 541310 Classification: C Size Standard: 541310 Architectural Services $7 million SMALL BUSINESS SET-ASIDE: SMALL BUSINESS SET-ASIDE: This proposed requirement is a 100% Small Business set-aside. Selection criteria will be based on (Pursuant to FAR 36.502-1): 1. Professional qualifications necessary for the satisfactory performance of the required services. 2. Specialized experience in the design and testing of MW and SW antenna systems and EMI RADHAZ analysis. 3. Capacity to accomplish work in the required time. 4. Past performance on Government agency and private sector contracts, in the areas of: Cost control, quality of work, and compliance with standards, and schedules 5. Knowledge/experience to accomplish A/E work in various overseas geographic areas. 6. Other Evaluation criteria: a. Recent experience (during the last 5 years) in the design of MW antenna systems. b. Experience in the design and adjustment of high power (1000 kw) MW, and (500 kW) SW antenna systems. c. Experience calculating electromagnetic radiation hazard levels/zones d. Capability of the firm to accomplish work in various geographic areas worldwide. e. Capability of performing the required services in-house. Who may apply: All responsible sources, with 3 or more years of experience as of the announcement date of the solicitation can apply. The firm must be listed in System for Award Management (SAM) under NAICS code 54131. Contract Type: Indefinite Delivery Indefinite Quantity firm-fixed price task orders. IDIQ will have a minimum, and a maximum dollar. Each task Order will identify the specific work that shall be accomplished by the Contractor. The fee for each task order will be individually negotiated with the A & E firm. Estimated Dollar amount: $25, 000.00 and $100,000.00 Contract Term: A/E service shall be provided for one (1) year, with option to extend for four (4) additional years. One base year, with four options years Base Year January 30, 2015 - January 29, 2016 Option Year 1 January 30, 2016 - January 29, 2017 Option Year 2 January 30, 2017 - January 29, 2018 Option Year 3 January 30, 2018 - January 29, 2019 Option Year 4 January 30, 2019 - January 29, 2020 A/E firms that meet the requirements listed in the request for SF330s are invited to submit no more than 20 pages total, Times New Roman Font 12 pt, and four (4) hard copies, and one (1) electronic (e-mail) copy of the SF 330 with appropriate documentation by close of business (3:15 pm eastern standard time, Washington, DC time) Mail 4(four) copies of the information to: BBG/IBB Office of Contracts (CON) Suite 4300, Switzer Building 330 C Street, SW Washington, DC 20237 Email 1(one)copy to: SF330submissionARW@bbg.gov Award is subject to the availability of funds. The government has the right
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-15-PS-15-IQ00002/listing.html)
- Place of Performance
- Address: Washington, D.C., Greenville, North Carolina; and various overseas sites such as Thailand, Philippines, Botswana, Germany, Kuwait, Sri Lanka, Marianas, and Sao Tome, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN03572226-W 20141115/141113234336-1c7973ea6527d91de8ed746d31a2ef59 (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 |