SOLICITATION NOTICE
C -- Indefinite Delivery Indefinite Quantity for Architect Engineer Services for the New Jersey Army National Guard
- Notice Date
- 11/30/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
- ZIP Code
- 08640
- Solicitation Number
- W912KN-05-R-0003
- Response Due
- 1/5/2006
- Archive Date
- 3/6/2006
- Small Business Set-Aside
- N/A
- Description
- This requirement is for an Indefinite Delivery - Indefinite Quantity Contract for Architect/Engineer Services, potentially for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations. Architect-Engineering services are typically described as Type A 'Concept-Investigative', Type B 'Design', and Type C 'Inspection' Services, to include Reproduction. The primary purpose of this contract is to provi de services for Army and Air National Guard projects located within the State of New Jersey. Services may be made available to other Department of Defense (DoD) contracting offices. Selected A-E firm shall provide Type A investigative services to include , but not limited to, making investigations, collecting data, and other studies as necessary to support the design of various projects. Type B design services shall include engineering calculations and analyses, complete design, and construction cost esti mates. Special design considerations shall include interior design, acoustical/noise attenuation treatment, energy conservation features, and communications wiring. Type C services shall include all personnel, equipment, and material necessary to provide Supervision/Inspection services which may include review of material submittals and shop drawings, evaluation of proposed contract modifications, assisting in the preparation of the technical documents needed to execute modifications, and material testing as required in contract documents. CONTRACT INFORMATION: The contract term will be one (1) base year with four (4) one (1) year options, not to exceed a total term of five (5) years. The individual task orders may be of any value within the contract ma ximum ceiling value (base year and up to 4 option years) of $10 million dollars. SELECTION CRITERIA: Selection of firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation, and DoD and Army Supplements thereto. The following are the selection criteria in descending order of importance. Criteria 1,2,3 & 4 are primary criteria, 5 & 6 are secondary and will be used as tiebreakers among technically equal firms. (1) PROFESSIONAL QUALIFICATIONS: The project team should include the following discip lines: architectural, civil, electrical, mechanical, structural, and environmental engineers. Other beneficial disciplines include interior design, acoustical, landscape, etc. The make-up of the proposed design team, to include outside consulting firms, will be evaluated, therefore the anticipated design team should be identified. (2) SPECIALIZED EXPERIENCE: The nature of the contract is such that experience designing/renovating military-type facilities is highly desired. Experience and technical compete nce in designing these types of projects and preparation of project documents should be included. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: The general capabilities of the firm to develop the design and prepare the project documents within the time limits set by the Government will be examined. The time limit for each delivery order negotiated under this IDIQ contract will be negotiated separately for each order. Prospective firms should demonstrate their capability and performance regard ing on-time delivery of their designs. (4) PAST PERFORMANCE: The history of performance by the firm on projects for Government (Federal, State, and Local) agencies and some private concerns will be examined. Areas such as workload, quality of work (projec t documents and function) and compliance with performance schedules will be examined. (5) LOCATION OF A-E FIRMS: The prime firm and major consultants such as electrical, mechanical, structural, and geo-technical should be located within a 100 mile radius of McGuire Air Force Base, Atlantic City, Fort Dix, and Lakehurst, New Jersey. Specialized consultants not having a major impact on design or on construction m anagement need not fall within this criteria. Consultants such as cost estimating/control must have a thorough knowledge of local conditions affecting their local disciplines. (6) VOLUME OF DoD WORK: Provide the volume of DoD and other Government Agency contracts awarded in the past 3 years. (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This announcement is o pen to all firms regardless of size. Qualified minority firms are encouraged to participate. The small business size standard classification is North American Industry Classification System (NAICS) 541330 ($4,000,000). ALL requirements of this announcem ent must be met for a firm to be considered responsive. Responses to this offer must be received by the designated individual/office no later than 30 days after this announcement appears in the Army Single Face Industry. Firms which wish to be considered for selection are invited to submit three (3) completed, current, signed, and dated SF 254s and SF 255s for the prime and each consultant. Materials must be mailed or hand-delivered, FAX materials will not be considered. No phone calls will be accepte d or appointments with prospective contractors interested in this project. Submit required materials to: US Property & Fiscal Office for New Jersey, Attention: Bonnie M. Hofstetter - Contracting Office, Room 112, 3601 Technology Drive, Fort Dix, NJ 0864 0. Questions about this notice may be submitted to: P&CNJ@nj.ngb.army.mil Estimated date of award is June 2006. Please state in Block 4, Page 4 of the SF 254 the size status of your firm. The SF 255 should reflect all experience related to a multi-disc iplined ID/IQ type contract and the type of contracts designed and/or managed. Firms with more than 1 office shall indicate on the SF 255 the office out of which the work will be performed and the staffing composition of that office. Should a Large Busin ess be selected for this contract, it shall comply with FAR 52.219-9 Small Business and Small Disadvantaged Business Subcontracting Plan. The plan is not required with initial submission but will be requested and required prior to award. In accordanc e with DFARS 204.7302 and firm must be registered with Central Contractor Registration (CCR) prior to award of this contract. Applications for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. THIS IS NOT A REQ UEST FOR PROPOSAL (RFP).
- Place of Performance
- Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
- Zip Code: 08640
- Country: US
- Zip Code: 08640
- Record
- SN00942237-W 20051202/051130211937 (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 |