SOLICITATION NOTICE
C -- A&E Master Planining, Design and Construction Purview services
- Notice Date
- 7/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-09-R-0007
- Archive Date
- 9/15/2009
- Point of Contact
- Mark Schoenrock, Phone: 720-847-8674
- E-Mail Address
-
mark.schoenrock@us.army.mil
(mark.schoenrock@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: The USPFO for Colorado requires Architect-Engineer (A&E) Services and intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Statewide for the Colorado Army and Air National Guard. However, the primary purpose of this A/E selection is to acquire Master Planning, Design, and Construction Purview services for the Colorado Springs Armory located at the U.S. Air Force Academy. Therefore, the Government requests that firms provide their SF330 package for each of these two requirements (one for the Master Planning, Design and Construction Purview of the Colorado Springs Readiness Center, and one for the IDIQ contract). It will NOT diminish the firm’s opportunity to be selected if they provide a package for the Colorado Springs Armory project only or for the IDIQ only. If you believe one submittal suffices for both requirements, please note this on your transmittal letter. The Government reserves the right to contract for BOTH requirements in a single IDIQ contract if the selection process outcome for both of these requirements supports this. Although there is not a limitation on the total dollar amount of awarded Task Order, it is estimated the total yearly award amount will not exceed $2 million. The ID/IQ contact will be awarded for one (1) base year and will contain an option to extend the contract for four (4) additional one year periods. Should the option be executed, the total contract period would be five (5) years and the total contract amount will not exceed $10/million. Firm Fixed Price (FFP) Task Orders will be awarded. In the unlikely event that a task order is not awarded under the contract and option period if executed, a guaranteed one-time fee of $1,000 will be paid under the contract. Upon completion of the selection process, negotiations will be conducted to establish desired Architect-Engineering disciplines hourly rates, direct, indirect and general and administrative overhead rates, profit and other cost elements (Geotechnical and Topographical Services) or in the case of the Armory project a firm fixed price contract will be award after completion of the Project Criteria Review Conference and negotiations. Upon establishment of the loaded hourly rates, Task Orders hours based on the level of effort required to provide complete design services will be established for the project. The scope of design services may include, but may not be limited to; architectural, civil, structural, mechanical, electrical, LEED Accredited Professional, geotechnical, topographical, facility commissioning services, environmental for design of new construction and repair and alteration of multi-use facilities, utilities, pavements etc. Expected A&E services may require any combination of the following: Type A /investigative, project concept development, studies etc.; Type B design (“B” services shall not exceed the 6% statutory fee limitation); Type C, professional inspection, construction surveillance support services, on-site construction inspection, and code and criteria review. The ID/IQ contract may require the preparation of engineering type studies, facility project books, Operation & Maintenance Manuals and/or design-build performance statements of work. Interested A/E Firms shall be evaluated on the following evaluation factors and selection criteria, included in descending order of importance; (1) Previous satisfactory performance (quality, time, and budget); (2) Specialized experience with administrative, education, and warehouse facilities and experience in energy efficiencies and recovered materials; (3) Availability of key personnel throughout project master planning, design and construction; (4) Location of office that would provide the predominant percentage of design services and work history in the Colorado Springs area (this factor would not apply to the ID/IQ selection) (5) Capacity to meet schedule; (6) Experience with National Guard Readiness Centers (this would not apply for the ID/IQ contract) rather (6) Location in the general geographical area of Denver and Colorado Springs CO. and knowledge of the locality market conditions; (7) volume of work awarded by DoD during the previous 12 months. Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal will be considered non-responsive. This acquisition is restricted to small businesses. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $4,500,000. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits by A/E firms, for the purpose of discussing this announcement or the Submittal is not allowed. Prior to the contract award, the chosen firm must be registered in the Central Contractor Registration (CCR) and submit Online Representations and Certifications Application (ORCA), per FAC 2001-26 and the Federal Register. This is NOT a Request for Proposal. Interested firms shall submit 1 copy of the SF 330 (Parts I and II), by e-mail to: Mr. Mark Schoenrock, and E-mail: Mark.Schoenrock@us.army.mil or by U.S. Mail or other delivery services to : USP&FO-CO, Purchasing and Contracting, Attn: Mr. Mark Schoenrock, 660 S Aspen Street, MS 66, Aurora, CO 80011 NOT LATER THAN 30 days from the date of publication of this announcement in FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-09-R-0007/listing.html)
- Place of Performance
- Address: State wide for the Colorado Army and Air National Guard, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN01894587-W 20090802/090731235225-33bf9e65ff01108476118ea7b2e40daa (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 |