Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
SOLICITATION NOTICE

C -- IDIQ FOR A&E SERVICES FOR A BASE YEAR AND 4 OPTION YEARS FOR THE AIR NATIONAL GUARD LOCATED AT CAMP MURRAY, TACOMA WA 98430

Notice Date
2/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
F6TSCE8297A003
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
Point of Contact
ELKE H. NEAL, 253-512-8885<br />
 
Small Business Set-Aside
N/A
 
Description
Description: IDIQ Contract for A&E SERVICES CONTRACTS - POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR KENNETH CHAPMAN AT (253) 512-8886 AND ELKE NEAL AT (253) 512-8885. SUBMIT QUESTIONS TO: Kenneth.r.chapman@us.army.mil and elke.neal@us.army.mil. This NOTICE IS AMENDMENT 0001 TO F6TSCE8297A003 an is posted in its entirety and hereby serves as the official solicitation for this project Scope of work consists of Architect-Engineer Type A (Investigative and Concept), Type B (Design) and Type C (Construction Inspection) Services for the design of miscellaneous projects on an indefinite delivery indefinite quantity type contract. Delivery orders may consist of a number of alteration, construction and maintenance and repair projects involving a wide range of multi-discipline design expertise. These projects will be at four western Washington Air National Guard Stations Paine Field (Everett), Boeing Field (Seattle), McChord AFB, and Camp Murray (Tacoma). Type A services include investigations, collecting data and other such fact finding studies necessary to support the design of various projects. The Government may place delivery orders for the development of project books/statements of work under this contract. Type B services (Optional) shall include engineering calculations and analyses, complete design, statement of probable cost and construction contract documents completed in sufficient detail so as to be competitively bid by contractors. Type C services (Optional) include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews and compliance on-site inspection. Type C services under this option, if exercised, will not commence until the construction project starts. The indefinite delivery contract will not exceed the maximum, cumulative fee of $1.5 million per year with each delivery order not exceeding $500,000. The contract will contain a minimum guaranteed fee of $1,000 with a contract term of a Base Year from date of award with Four (4) Option Years. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit five (3) completed and bound paper copies, and one (1) electronic Copy (CD) of their SF 330 (Architect-Engineer Qualifications) to: USPFO/P&C (Attn: Mr. Chapman/Mrs Neal), Bldg 32, Quartermaster Rd, Camp Murray, Tacoma, WA 98430. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. PART I OF THE SF 330 SHALL NOT EXCEED 50 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages shall not be provided. Submittals must be received no later than 4:00 P.M. Pacific Time on 27 February 2009. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 4:00 P.M. Pacific Time on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled within 7-10 days after receipt of submittal packages. All questions shall be in writing to the POCs listed above. Phone calls and personal visits for the purpose of discussing this solicitation with contracting/project management and or engineering personnel are not allowed. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance Prospective A&E firms will be evaluated on the criteria listed below in relative order of importance. (1) Professional qualifications; disciplines should include architectural, civil, electrical, mechanical, structural and environmental. Principals, project officers, project architects and engineers shall be licensed in their appropriate disciplines; (2) Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered material. Sustainable design experience utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED registered projects, LEED accredited professionals, and show experience in the LEED design/certification process will be rated more favorable. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). Technical competence and experience using the International Building Code (IBC); (3) Capacity to accomplish 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 highest rating will be awarded to firm within 30 miles either side of Interstate 5 from Olympia to Everett, Washington; (6) Volume of work awarded by DOD during last twelve months. The prime contractors submittal must include a SF 330 for each of the consultants that will be used on this contract. This procurement will be evaluated using the Brooks Act (PL-92-582) procedures and FAR Part 36. This is an UNRESTRICTED ACQUISITION open to all qualified Business Concerns. The applicable North American Industry Classification System (NAICS) code is 541330 with a small business size standard of $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d25a52ace6d8038a21610fb44bf3c162&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
Zip Code: 98430-5170<br />
 
Record
SN01747300-W 20090212/090210215255-d25a52ace6d8038a21610fb44bf3c162 (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.