SOLICITATION NOTICE
C -- Architect- Engineering Services
- Notice Date
- 1/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HM1575-07-R-0003
- Response Due
- 2/12/2007
- Archive Date
- 2/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- An Indefinite Delivery Architect-Engineer contract for Type A (Investigative), Type B (Design), and Type C (Supervisory) services. Work consists of furnishing all professional and technical services, labor, equipment and materials, and performing all necessary travel and associated services (i.e. investigations, observations, soils testing, surveys, calculations, etc.) to provide various complete designs and project documents for the National Geospatial-Intelligence Agency facilities located at 3200 South Second Street, St. Louis, Missouri; and 3838 Vogel Road, Arnold, Missouri. The professional architectural-engineering services required will be multi-disciplined to include Electrical, Mechanical, Fire Protection, Architectural, Structural, Civil, Drafting/CADD and surveying. The 3200 South Second Street compound is a Registered National Historic Area. Projects involving historic features on the base shall maintain or restore the features affected by the project. Type A and B services shall include but not be limited to site visits as required, compilation of required data, technical analysis, development of design concepts and preparation of project documents to include complete technical drawings, specifications, schedules, and detailed cost estimates. All technical drawings shall be prepared by Computer Aided Drafting Methods. Type C services shall include all labor, equipment, and materials required to perform job site inspections and to review contractor's submittals for shop drawings, product data, and test data. Examples of delivery orders for FY 07-08 are: Repair Office Areas (multiple projects); Repair Parapet Walls, Building 36; Repair HVAC Units (multiple projects); Repair/Replace Hot Water System; Repair/Replace Elevators 1, 2, 3 and 4; Replace Roof, Building 36, Section E; and Repair/Replace Chiller. All designs shall be in accordance with the Department of Defense Unified Facilities Criteria, Unified Facilities Guide Specifications, MIL-HDBK-1190, ADA, EPA, NFPA, and OSHA guidelines. Selection criteria in descending order of importance are: 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; 3) Capacity to accomplish the work in the required time; 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and 5) Location in the general geographical area of the project and knowledge of the locality of the project. The Architect-Engineer firm will be guaranteed a minimum of $5,000 in total fees for this contract. The minimum amount for each Delivery Order is $2,000. The maximum amount for each Delivery Order is $150,000. Delivery orders may be placed against the contract until the maximum of $1,500,000 or five years is reached. NGA expects to award between two and four contracts as a result of this procurement. Architect-Engineer firms interested in providing these services must submit a completed Standard Form 330, Architect-Engineer Qualifications, Parts 1 and II to the office shown below. The SF 330 should detail the firm's past performance on contracts with Government agencies and private industry. It shall also address experience in cost control, compliance with performance schedules, and technical quality of work. Firms responding to this announcement within thirty (30) days from the date of notice will be considered for selection. No other general information to firms under consideration for this contract will be made and no other action is required. Discussions will be held with the firms identified as most highly qualified. Firms owned and controlled by socially and economically disadvantaged individuals are urged to reply. NGA is exempt from Small Business Competitiveness Demonstration Program per FAR 19.1004. 100% of this procurement is set aside for small business. North American Industry Classification System (NAICS) code 541310 and size standard of $4,500,000.00. This is not a Request for Proposal. Submit SF330 packages to: National Geospatial-Intelligence Agency ? St. Louis, ACSS L-13, Karen Corder, 3838 Vogel Road, Arnold, Missouri
- Place of Performance
- Address: NGA, 3200 South Second Street, St. Louis, MO and 3838 Vogel Road, Arnold, MO
- Zip Code: 63118
- Country: UNITED STATES
- Zip Code: 63118
- Record
- SN01209063-W 20070112/070110221410 (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 |