Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
SOLICITATION NOTICE

R -- Indefinite Delivery  Indefinite Quantity (IDIQ) Contract for Architect/Engineer Services for the Rhode Island Army and Air National Guard.

Notice Date
5/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-07-R-0002
 
Response Due
6/14/2007
 
Archive Date
8/13/2007
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery  Indefinite Quantity (IDIQ) Contract for Architect/Engineer Services for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or renovations. Th ese services are typically known as Type A, B, and C Services to include Reproduction. Potential projects will require multi-discipline engineering services for various commercial or industrial type facilities and aviation related structures primaril y at Quonset State Airport, North Kingstown, Rhode Island, but may also be required at other National Guard locations throughout the State or Rhode Island. Services that may be requested include, but are not limited to, preparation of designs, plans and dr awings; life-cycle cost analysis; construction cost estimates; construction performance periods; project specifications; fact-finding studies; surveys; investigations; other professional A-E services not necessarily connected with a specific construction p roject; and supervision/inspection of projects under construction. Supervision/Inspection services may include review of material submittals, schedules, shop drawings, evaluation of proposed contract modifications, assisting in the preparation of the techn ical documents needed to execute modifications, and other Type C service related tasks. The contract period of performance will be for one (1) base year with a government option for four (4) additional one (1) year periods, the contract with the base and four option years will not exceed $10,000,000. Individual Task Orders for any one project will generally not exceed $550,000 but may be of any value within the contract maximum ceiling value ( base year and up to 4 option years) of $10M. A minimum fee of $5,000.00 is guaranteed during the life of the contract to include any or all option years. A Firm Fixed-Price Contract is proposed. Selection of the firm will be IAW Subpart 36.602 for the Fede ral Acquisition Regulation and DoD and Army Supplements thereto, and will be based on the following criteria (numbered in order of importance). 1) Professional Qualifications necessary for satisfactory performance of required services; 2) Specialized Expe rience and technical competence in the type of work required under this contract to include, but not limited to,new facilities, pavements, and utility designs; existing facilities renovation; repair to existing facilities, pavements, and utilities; 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; 5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and 6) Volume of work awarded by DoD during the past twelve months. This announcement is open to firms regardless of size. Qualified minority firms are encouraged to participate. The small business size standard classification is North American In dustry Classification (NAICS) 541330 ($4.5M). In order to be considered for selection, firms must submit Standard Form 330 Architect Engineer Qualifications Part I and Part II. Firms shall include contracts awarded your firm and affiliates (do not includ e outside consultants)during the past twelve months along with the dollar amount of each award and the total amount awarded. The estimated starting date is August, 2007. All interested parties must be registered in the Central Contractors Registration (CCR ) database in order to receive an award. Application or CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. Responses to this offer must b e received by the designated individual/office not later than 30 days after this announcement appears in FedBizOpps. Mail SF 330 to the following address: USP&FO for Rhode Island, Contracting Officer, 330 Camp Street, Providence, RI 02906. POC: MRS MONA MORIN 401-275-4248 and SGM STEPHEN J DILUSTRO 401-275-4282. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
Country: US
 
Record
SN01294201-W 20070516/070514221329 (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 |
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.