Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2004 FBO #1080
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineeer Services for the Maine National Guard

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-05-R-0001
 
Response Due
12/17/2004
 
Archive Date
2/15/2005
 
Point of Contact
Stephen Moody, (207) 626-4354
 
E-Mail Address
USPFO for Maine
(stephen.moody@me.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A multidisciplinary Indefinite Delivery/indefinite Quantity (IDIQ) Architect-Engineer (A-E) Design Services Contract is contemplated to be awarded by the United States Property and Fiscal Office (USPFO) for Maine for a qualified A-E and/or consultant engineering firm to perform Title I, Type A, Investigative; Type B, Design Services; and Title II, Type C, Construction Management and Inspection Services, or any combination of services thereof, for various projects at Bangor International Airport (ANG), Bangor, Maine, the South Portland ANG Station, South Portland, Maine and throughout the state of Maine. The Standard Industrial Classification (SIC) Codes for this Acquisition are 8711 (Engineering Services) and 8712 (Architectural Services). The North American Industrial Classification System (NAICS) Code for this acquisition is 5413 (Architectural, Engineering and related services). Typical types of projects expected to be accomplished are the design of new construction, renovation, repair of various buildings, pavements, and electrical and mechanical projects related to the functions of Army, Air National Guard Bases and their supporting units. Individual delivery orders shall not exceed $550,000. The total of all orders under each individual (12 mo nths) contract period shall not exceed $2,000,000. Negotiations will be conducted for hourly rates for each discipline required along with overhead, profit, and other cost elements, which are particular to the contract. A minimum of $2,000 will be guaran teed should no work be ordered under this contract. The duration of this contract shall be for a period of two years from the date of initial contract award estimated to be on or about July 30, 2005. The Government may extend the term of this contract fo r up to three additional option years for a total duration of up to five years. Option years may be exercised IAW FAR Clause 52.217-09, by written notice to the A-E within the time specified in the contract. Each individual delivery order will be issued and negotiated for each project requiring design and construction management and inspection services (Types A, B, and C services). Type A services shall include providing investigations, surveys, topos, spatial planning, concept drawings, and cost estimat es. Type B services shall include design calculations, design analysis, cost estimates, life cycle analysis, construction documents, and technical specifications of suitable quality and completeness for bidding by contractors. Type C services shall inclu de design consultation during construction, submittal management, inspection, progress review, and as-built drawings. Each delivery order is different and will require a unique mixture of engineering disciplines. Selection of the A-E is not based upon the competitive bidding procedure, but rather upon the professional qualifications necessary for the satisfactory performance of the service required, subject to the following additional evaluation criteria. Significant evaluation factors for the A-E selecti on are listed in order of importance: 1) Professional Qualifications in the following disciplines: 1a. Architect; 1b. Mechanical Engineer; 1c. Electrical Engineer; 1d. Structural Engineer; 1e Civil Engineer; 1f. Environmental Engineer; 1g. Construction Ma nagement; 2) Specialized Experience and Technical Competence; 3) Capacity to Accomplish Work in Required Time; 4) Past Performance; 5) Location of firm; and 6) Volume of Work Awarded by Department of Defense (DoD) during the past twelve (12) months. Prosp ective A-E firms must include a cover letter, which shows volume of work, awarded by the Department of Defense during the period October 1, 2003 to September 30, 2004. List the number and dollar value of each contract or delivery order. A-E firms meeting the requirements described in this announcement and desiring consideration are invited to submit two (2) copies of current, completed, signed and dated Standar d Form (SF) 330, to USPFO for Maine, ATTN: Stephen E Moody, Building 39, Camp Keyes, Augusta, Maine 04333-0032. SFs 330 must arrive at the USPFO for Maine, Building 39, Camp Keyes, Augusta, Maine 04333-0032, no later than the close of business (4:00 p.m.) December 17, 2004 to be considered for selection. This announcement is open to small and small disadvantaged firms, but is not restricted to small business (unrestricted). This announcement is not a request for proposal. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA17/W912JD-05-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Maine Camp Keyes, Augusta ME
Zip Code: 04333-0032
Country: US
 
Record
SN00705562-F 20041110/041108211904 (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.