Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2003 FBO #0417
SOLICITATION NOTICE

C -- Solicitation for anticipated Architect Engineer Services Indefinite Delivery Indefinite Quantity Contract with the Arkansas National Guard.

Notice Date
1/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
 
ZIP Code
72199-9600
 
Solicitation Number
DAHA03-03-R-0001
 
Archive Date
4/25/2003
 
Point of Contact
Dudley Smith, 501-212-4403
 
E-Mail Address
Email your questions to USPFO for Arkansas
(dudley.smith@ar.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Perform Type A Investigative, B Design, and C Construction Surveillance and inspection for Architectural and Engineering Services. This request for proposal is issued in anticipation of awarding an Indefinite Quantity Indefinite Delivery contract for the Arkansas National Guard to include both the Arkansas Air National Guard and Arkansas Army National Guard. This contract will provide required services throughout the state of Arkansas, primarily Little Rock, Hot Springs and Fort Smith, Arkansas. These se rvices will be required for an undetermined number of projects of varying size and complexity. The various types of projects will generally include but not be limited to paving projects, utilities projects, environmental projects and studies, electrical p rojects, mechanical projects, new construction, remodeling of existing facilities, economic assessments, and preparation of project books. The contract shall be for one base year and four option years. The overall contract shall be limited to $2,000,000 per option period. Delivery orders will be limited to $550,000. However, the Contracting Officer may exceed this limitation on a rare occa sion as determined necessary. Contracting Officers assigned to the Arkansas Army National Guard or Arkansas Air National Guard acting within the scope of their contracting warrants may place orders against this contract. Services to be performed include Type A (investigative), Type B (design), and Type C (construction surveillance and inspection). Type A services shall include but not be limited to making investigations, collecting data, performing analysis, making presentations, generation of meeting mi nutes, and conducting other fact finding studies as might be necessary to support the design of the system project. This shall include making economic feasibility studies and developing scopes of programmed projects. Type B services shall include enginee ring calculations and analysis, complete design, statements of probable cost, complete detailed construction documents of such quality and completeness as to be competitively bid by contractors. Design specifications shall identify use of the maximum prac ticable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Type C services shall include all personnel, equipment and materials necessary to perform all material data and shop drawing reviews, complete construction compliance inspection and material testing as required in the construction documents, and generation of progress meeting minutes. Selection will be based on the following criteria listed in order of importance: 1. Professional Qualifications; The qualifications of the individuals that will be used for these services will be examined for experience and education. The specific discipl ines that will be evaluated are Civil, Mechanical, Electrical, Structural, Environmental Engineers, Architects, Estimators, Specification Writers, Surveyors, and Draftsman. 2. Specialized Experience: since this contract is expected to incorporate a wide r ange of various types of projects, the experience of the firm and its consultants in a multitude of project types will be evaluated. Specific experience with HVAC design, paving design, roofing design, electrical system design, utility design, environment al abatement projects, knowledge of the locality and facility rehabilitation designs will be evaluated. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollutio n prevention, waste reduction, and the use of recovered materials. 3. Capacity to Accomplish the Work; No unreasonable deadlines are anticipated, however, the general workload and staffing capacity of the design office will be evaluated. The firms abili ty to respond to the needs of the client especially in performance site investigation and in det ermining the customers needs will be evaluated. The firms internal quality control program will also be evaluated under this category. 4. Past Performance; the past performance of the firm on projects for government (Federal, State, and Local) agencies a nd private concerns will be examined. Locations; Because the contract covers the entire state of Arkansas, the firm?s ability to respond to all areas of the state will be evaluated. The location of the firm?s office, which will be handling the work conce rning the areas of the state listed above, will be provided by the firm. 6. Extent of Participation of Small Business, Small Disadvantage Business, HUBZONE, 8(A), historically black Colleges and Universities and minority institutions in the proposed cont ract team, measured as a percentage of the estimated effort. The A&E is requested to identify this information on the SF 254. Absence of this information could affect the evaluation. Architect-Engineer firms which meet the requirements described in this announcement and wish to be considered for selection are invi ted to submit to the Contracting Officer within thirty (30) calendar days (inclusive) of the date of the appearance of this announcement in Fed Biz Ops, the following documents: 1. A complete Standard Form (SF) 254, U.S. Government Architect-Engineer Ques tionnaire. Only the 11-92 editions will be accepted. Additionally, all responding firms, which do not have a current (within the past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineer, must furnish a completed SF254 to that off ice. 2. A SF 255 (Revision 11-92), Architect-Engineer and Related Services Questionnaire for this contract. SF 255 (Revision 10-83) is obsolete and only the 11-92 edition of the SF255 will be accepted. It is requested interested firms list the fee amoun t and date of all DoD contracts awarded during the last 12 months to the firm and subsidiaries in Block 9 of the SF255. Firms with more than one office must indicate on the SF255 the office out of which the work will be performed and the staffing composit ion of that office. In addition, the business size status (large, small, and or minority) should be indicated on Block 3. Definition: A concern is small if the annual receipts averaged over the past three fiscal years do not exceed $4 million. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A&E contracts. Four copies of the required forms shall be delivered to: USPFO for Arkansas, Attn: DCSLOG-PC, LTC Dudley Smith, Building 7102, Box 003, Camp Robinson, North Little Rock, Arkansas 72199-9600. email Dudley.Smith@ar.ngb.army.mil, 501-212-4403, 501-212-4419 f ax.
 
Place of Performance
Address: USPFO for Arkansas Camp Robinson, North Little Rock AR
Zip Code: 72199-9600
Country: US
 
Record
SN00243917-W 20030123/030121213517 (fbodaily.com)
 
Source
FedBizOpps.gov 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.