SOLICITATION NOTICE
R -- Provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Services, and other A&E services to include incidental related work associated with design for construction/repair of real property) - Statement of Work
- Notice Date
- 3/19/2018
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-FY18-0005
- Archive Date
- 5/3/2018
- Point of Contact
- Kiesha Campbell, Phone: 3012226029
- E-Mail Address
-
kiesha.v.campbell.civ@mail.mil
(kiesha.v.campbell.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work Descritpion: Provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Services, and other A&E services to include incidental related work associated with design for construction/repair of real property) to support DMA Worldwide Operations". DMA Facility locations are: Ft Meade, MD Riverside, CA Scope of services required: The government has a requirement for A&E Services for various and multiple design disciplines and related technical services that include, but not limited to architectural, civil, structural, interior, exterior, landscaping, civil, electrical, mechanical, plumbing, environmental, communications and fire protection as well as other professional services such as comprehensive planning, programming, estimating, studies, surveying, testing, mapping reproduction, electronic document posting, geo-technical, investigations, and construction management/administration. Services provided by this contract shall be primarily for execution of sustainment, restoration and modernization (SRM) projects, minor construction (additions/remodels), maintenance (repairs/alterations) of existing real property, and support of Government in-house designs. Cost range and limitations: The estimated range for the requirement will be between $1 million and $5 million Type of contract: This will be a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Estimated starting and completion dates: This will be a five year contract consisting of a twelve (12) month base and four, twelve (12 ) month options. Estimated Period of Performance: Base Year: June 1, 2018 to May 31, 2019 Option Year One: June 1, 2019 to May 31, 2020 Option Year Two: June 1, 2020 to May 31, 2021 Option Year Three: June 1, 2021 to May 31, 2022 Option Year Four: June 1, 2022 to May 31, 2023 Evaluation Factors: The Government will award to the offerors whose proposals are the best value in terms of Management Approach, Experience, Past Performance and Cost/Price in that order of importance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c8c2ce84130ccbe7b037fb61e289aaa1)
- Place of Performance
- Address: 6700 Taylor Avenue, Ft. Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04859879-W 20180321/180319231736-c8c2ce84130ccbe7b037fb61e289aaa1 (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 |