MODIFICATION
C -- This is an amended synopsis which changes the NAICS Code to 541310 and adds language concerning the use of contractor personnel in an advisory capacity in this procurement.
- Notice Date
- 3/4/2008
- Notice Type
- Modification
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-08-R-0031
- Response Due
- 3/24/2008
- Archive Date
- 5/23/2008
- Point of Contact
- Sharon L. Smith, 816-389-2371
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(sharon.l.smith@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CBD Announcement for Title I and Title II AE Design Services C TITLE I AND TITLE II, ARCHITECT-ENGINEER SERVICES, POC Sharon Smith, telephone 210.671.8424, Title I A & B and Optional Title II C Architectural and Engineering Services for a n Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for design services for the Defense Commissary Agency (DeCA) on an indefinite number of projects worldwide. The projects will generally consist of commissaries. These commissary projects could inv olve new facilities, addition/alterations, or sustainment projects. The work may include a broad range of engineering tasks to support the planning, programming, development, and execution of projects. Facility types may occasionally include a Base/Post Ex change and Food Court, Administrative Facilities, and Base Lodging facilities. Architect-Engineer services will also be required for specialized studies; geotechnical and topographical surveys, environmental and hazardous material surveys, site investigati ons, construction inspection, cost estimating, updating standard commissary layouts, design charrettes, value engineering, life cycle cost and economic analysis, energy audits and analysis, and preparation of preliminary and final design and construction d ocuments. As many as four contracts will be awarded. Factors to be used in the selection applicable to the project, in their relative order of importance are: (1) professional qualifications necessary for satisfactory performance of required service s including subcontractors; (2) recent specialized experience and technical competence in the design of DoD commissaries or commercial supermarket facilities; (3) professional capacity of the firm to accomplish the work in the required time; (4) past perfo rmance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with the schedule; (5) knowledge of the locality including familiarity with host nation regulations for overseas locations including Europe and the Far East; (6) demonstrated success in prescribing the use of recovered materials, waste reduction and energy efficiency in facility design. The total value of all delivery orders will not exceed $2,400,000 per year. The AE is guarant eed a minimum value of $15,000 during the life of the contract. The term of the contract shall be for a basic year with four additional consecutive option years separately priced. Award of contract(s) is contingent upon authorization and is subject to avai lability of funds (SAF). Estimated contract start date is July 2008. Use of Contractor Support Services Prospective offerors are hereby notified that the Defense Commissary Agency (DeCA) and the US Army Corps of Engineers/DeCA Support Branch are currently utilizing the following contractor for official advisory purposes for this source selection evaluation: P3S Corporation 13750 San Pedro, Suite 810 San Antonio TX 78232 Offerors objecting to the release of their proposal information to this contractor shall inform the Contracting Officer prior to the date for receipt of proposals. Contractor personnel have signed non-disclosure statements. Firms wishing to be considered shall provide SF 330 no later than 24 March 2008 to the below address. Only the January 2004 edition or later of the SF 330 will be accepted. Firms shall submit no less than three, book-bound copies of their proposals. No other general notification about this announcement will be made and no further action beyond submission of the standard form is required or encouraged. This is not a Request-for-Proposal. Submit data to: USACE / DeCA Contracting Branch, CT-D, 2250 Foulois St. Suite 03, Lackland AFB TX 78236-1007, Attn: Sharon Smith, phone 210.671.84 24, E-mail: sharon.l.smith@usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01523692-W 20080306/080304225304 (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 |