Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2009 FBO #2878
SOLICITATION NOTICE

C -- Architect & Engineer (A&E) Services- Indefinite Delivery Indefinite Quantity (IDIQ) Statewide for the Kansas Army and Air National Guard.

Notice Date
10/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-10-R-0001
 
Response Due
11/9/2009
 
Archive Date
1/8/2010
 
Point of Contact
adam.villalobos1, 785-274-1218
 
E-Mail Address
USPFO for Kansas
(adam.villalobos1@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The USPFO for Kansas requires Architect-Engineer (A&E) Services for the Kansas Army and Air National Guard and intends to award two (2) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Potential projects will require multi-discipline engineering services for alteration, repair maintenance and design involving various commercial or industrial type facilities. One contract will provide AE Support Services for the Kansas Army National Guard projects located at Ft. Leavenworth, KS, Ft. Riley, KS. and the Kansas Air National Guard located at Forbes Field, Topeka, KS. A separate IDIQ contract will be awarded for the Kansas Air National Guard, McConnell Air Force Base, Wichita, KS and Smoky Hill Weapons Range, Salina, KS. The A&E firm must be capable of timely responding to and working on multiple task orders concurrently involving multiple Engineering Disciplines. Interested firms must be capable of demonstrating they have the capabilities to include staff size and location to provide for a rapid response to all requests for services. It is estimated the total yearly award amount per contract will not exceed $2 million. Individual Task Orders for any one project will generally not exceed $550,000. The ID/IQ contacts will be awarded for one (1) base year and will contain an option to extend the contracts for four (4) additional one year periods. Should the options 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. A minimum fee of $5,000.00 is guaranteed during the life of each contract to include any/all option years. Selection of the firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation. 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. SCOPE OF SERVICES: The scope of design services may include, but 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. SELECTION CRITERIA: Interested A/E Firms shall be evaluated on the following evaluation factors and selection criteria, included in descending order of importance; 1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Location in the general geographical area of the facilities requiring services and knowledge of code requirements in the locality of the potential projects; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Volume of work awarded by DoD during the previous 12 months. Failure of a firm to address specified qualifications in their submittal will be considered non-responsive. This announcement is open to firms regardless of size. If a large business is selected it must comply with FAR 52.219-9, however a subcontracting plan is not required for this submittal. The North American Industry Classification System (NAICS) code for this action is 541330 and 541310. The Small Business size standard is $4,500,000. SUBMISSION REQUIREMENTS: 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 permitted. Prior to the contract award, the selected 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. Firms interested in one or both contracts shall submit One (1) copy of the SF 330 (Parts I and II) for each contract (one SF 330 for McConnell/Smoky Hill and one SF 330 for Forbes Field/Ft. Leavenworth/Ft. Riley) and indicate on each SF 330 the contract for which you are applying. Submit by e-mail to: Mr. Adam L. Villalobos, at: adam.villalobos1@us.army.mil or by U.S. Mail or other delivery services to: USP&FO-KS, Purchasing and Contracting, Attn: Mr. Adam L. Villalobos, 2737 S. Kansas Ave., Topeka, KS. 66611-1170 NOT LATER THAN 2:00 P.M. CST on November 9, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-10-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
 
Record
SN01983917-W 20091011/091009235419-74633405897e8bb57e0f102f85d9be4e (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.