Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2007 FBO #2021
SOLICITATION NOTICE

C -- Master Plans, Training Sites in Ohio

Notice Date
6/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, OH 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-07-R-2007
 
Response Due
7/23/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: Architectural and Engineering (A-E) Master Plan Services. The work requires Multi-Discipline professional A-E Services for Master Plan projects located throughout the state of Ohio. Work includes production of a master plan. Wor k may also include fact-finding studies, surveys, and investigations in support of designated activities. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. Applicatio n for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. PROJECT INFORMATION: Master Plans for Ravenna Training and Logistics Site, Newton Falls, Ohio; Camp Perry Training Site, Port Clinton, Ohio; and Camp Sherm an Training Site, Chillicothe, Ohio. SELECTION CRITERIA: Selection criteria to be used in selecting firms include the following listed in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required ser vices. The specific disciplines to be evaluated are architects and the following engineering disciplines: Civil, Geodetic, and Environmental. (2) Specialized experience and technical competence in the type of work required; namely, master planning, milita ry range and training plan development, surveying, photogrammetry, GIS data development. Therefore the A-E is requested to provide in the statement of qualifications, projects that demonstrate experience with projects of the noted features. (3) Capacity t o accomplish the work in the required time; namely, an accelerated design schedule. The A-E will be required to provide complete designs in preferably six months, but not more than nine months to include all required governmental reviews. A-E is required to produce evidence of previous experience to meet short design schedules with comparable projects. (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 region; namely Ohio and knowledge of the locality of the region, provided that application of the criterion leaves an appropriate number of qualified firms. These criteria will apply to the o ffice in which the majority of the design services will be performed. Identify this office on the statement of qualifications. (6) The volume of work previously awarded to the firm by the Department of Defense during the previous 12 calendar months. The A-E shall provide information regarding the cost of projects and A-E fees during this 12-month period. (7) The extent to which potential firms identify and commit to Small Business (SB) and Small Disadvantaged Business (SDB), Historically Black College or University (HBCU) or Minority Institution (MI) performance of the contract. (8) Demonstrating success in prescribing Leadership in Energy and Environmental Design (LEED) certification for design. The A-E shall identify on the statement of qualifications p rojects where the firm has comparable projects LEED certified. Criteria 1  4 are considered primary, criteria 5-8 are considered secondary. SUBMISSION REQUIREMENTS: See Numbered Note 25 for general submission requirements. Those firms meeting ALL requirem ents described in this announcement and wishing to be considered by this office must submit Standard Form (SF) 330 to USPFO for Ohio, ATTN: Purchasing and Contracting, 2811 West Dublin-Granville Road, Columbus, OH 43235-2789. POC: Elaine Farabee at 614-33 6-7430. Only those SF 330s submitted for this project will be considered. No other general notifications of this project will be made. No other action beyond submission of the standard forms is required or encouraged. Only responses received within 45 day s, (including the date of this notice) will be considered. No Exceptions. Should the due date fall on a weekend or holiday, the forms shall be due the first wor king day thereafter. Submittals received by FAX will not be accepted and will be considered non-responsive. This is Not a Request for Proposal (RFP). Site visits will not be arranged during the submittal period. The Standard Industrial Code (SIC) Code is 8 712 and the North American Industry Classification Code (NAICS) Code is 541310. This will be an unrestricted procurement.
 
Place of Performance
Address: USPFO for Ohio 2811 West Dublin-Granville Road, Columbus OH
Zip Code: 43235-2788
Country: US
 
Record
SN01312770-W 20070609/070607221501 (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.