Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

C -- National Guard Bureau Architect/Engineering Indefinite Delivery/Indefinate Quantity Contract

Notice Date
12/4/2009
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-10-R-0001
 
Response Due
1/8/2010
 
Archive Date
3/9/2010
 
Point of Contact
Carol Domingue, 603-225-1274
 
E-Mail Address
USPFO for New Hampshire
(carol.domingue@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The National Guard Bureau intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect/Engineer services prepared in accordance with FAR Part 36 as supplemented with additional information included in this notice. CONTRACT INFORMATION: Architectural and Engineering (A-E) ID/IQ Services. The work requires Multi-Discipline Professional A-E Services for various projects located throughout the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont. The work includes production of drawings, specifications, investigative, design and construction professional and/or inspection surveillance (Type A, B and C/Type 1 and 2) architect-engineering services for horizontal and vertical construction to meet the needs of the Army and Air National Guard. All architect engineer services performed under this contract must be accomplished by a properly licensed, registered or certified architect or engineer. Professional Services which may be required include, but are not limited to, providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/design-build/construction management for work, building designs for new facilities and systems, to include new buildings, building addition and/or building renovations and demolition. Additional services that may be required include, but are not limited to, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; LEED, fact-finding studies, surveys, investigations, advisory services on Source Selection Boards, other professional A-E services not necessarily connected with specific construction projects; preparation of Design-Build Proposal Statements of Work; and supervision/inspection of projects under construction, to include inspection and oversight of projects contracted as Design-Build projects. Electronic submittals will be required as part of the progress submissions and the final design product. Work may also include fact-finding studies, surveys, and investigations in support of designated activities. Proposed contracts will have a base period of one (1) year, plus four (4) additional one-year option periods. The cumulative amount of delivery orders shall not exceed $60,000,000 with the contract maximum ceiling value of $10,000,000 allotted per state for the life of the contract. The Government guarantees a minimum contract amount of $5,000. The option years will be exercised at the discretion of the Government. The contracts shall be awarded subject to the availability of funds, FAR 52.232-18. Funding shall be cited on each individual delivery order. The North American Industry Classification System (NAICS) Code is 541310 - Architectural Services. The small business size standard is $4.5 million average annual revenue for the previous three years. This is an unrestricted procurement action. Interested contractors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested contractors are required to submit their representations and certifications on-line at http://orca.bpn.gov. The Dunn and Bradstreet (D&B) number and CCR MPIN are required to log in to the Online Representations and Certifications Application (ORCA) website. An audit from the Defense Contract Audit Agency (DCAA) will be required if the awardee has not had one in the last 12 months. PROJECT INFORMATION: Projects of horizontal construction include, but are not limited to roadway and military airfield pavements, base utility infrastructures (to include water, sewer, power, and communication systems), civil site design and aircraft fuel distribution and storage systems. Projects of vertical construction may include, but are not limited to, vehicle maintenance shops, readiness centers, support equipment maintenance shops, administrative offices, base supply facilities, base engineering facilities, fire stations, security police facilities, munitions maintenance facilities, communications and electronics facilities, hangars for anti-terrorism force protection projects, dining halls and medical training facilities. Work may include, but is not limited to, a) the preparation of plans, specifications, calculations, and cost estimates, b) development of cost management, quality control and quality assurance plans, c) construction surveillance inspections, d) development of design standards, e) preparations for design submissions, and f) making technical, economic, planning and environmental studies, analyses, surveys, investigations and reports and studies, g) development of documents to support ANG and ARNG MILCON and SRM Programs. Work shall be accomplished in full compliance with established Army National Guard and Air National Guard regulations, manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions and requirements. EVALUATION CRITERIA: Selection of the firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation, and will be based on the following criteria, listed in the following order of importance: 1) Professional Qualifications necessary for satisfactory performance of required services. The qualifications of the individuals that will be used for these services will be examined for experience and education. The project team should include at a minimum, the following disciplines: Architectural, Civil, Mechanical, Electrical, Structural, and Environmental. 2) Specialized experience and technical competence in the type of work required. Since this contract is expected to incorporate a wide range of military projects, similar experience will be evaluated. Specific experience with new construction and renovation of existing buildings including HVAC, roofing, electrical systems, fire suppression and detection, Anti-Terrorism / Force Protection (AT/FP) measures, and LEED accreditation, Of particular interest is energy conservation, as well as use of recovered materials and waste reduction. Specific experience with utilities design, including domestic and fire suppression water service, storm and sanitary sewer, overhead and blow ground campus high voltage electrical distribution. Specific experience with vehicle and airfield pavement design, including AT/FP measures for vehicle access. Specific experience with Petroleum, Oil, and Lubricants (POL) handling and storage facilities design, including jet fuel, hydrant systems and ground vehicle refueling stations. Specific design experience considering DoD and ANG/ARNG specific design requirements and locality considerations. 3) Capacity to accomplish the work in the required time. The general workload and staffing capacity of the design office will be evaluated. The A-E firms ability to respond to the Governments needs will also be evaluated under this category. 4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance of the A-E firm on projects for Government (federal, state, local) agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. 5). The geographic proximity of the firm to New England will be evaluated. The selected firm must have an office in the New England area. This criterion will apply to the office from which the majority of the design services will be performed. It is desired that an office is located within a one hour drive of Portsmouth, NH. 6) Volume of work awarded by DoD during the past twelve (12) months. The A-E firm is requested to identify this information on the SF 330. The selection process in FAR Subpart 36.6 will be used to review and evaluate firms. A Pre-selection Board shall review and evaluate firms in order of preference according to the selection criteria. The selection board will hold discussions with the most highly qualified firms and prepare a selection report for the final selection authority. The individual appointed as such shall make the final selection decision. All firms on the final selection list are considered selected firms with which the contracting officer may negotiate in accordance with FAR 36.606. Individual delivery orders will be firm fixed price. SUBMISSION REQUIREMENTS: The SF330 Part I is limited to 60, 8.5x11 pages. Minimum font size is 10. Submit the following: a) four compact disk copies, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. SF330, Part I, Section B: Contract Information: In Block 5, list the firms Dunn and Bradstreet (D&B) and Taxpayer Identification Number (TPIN) in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF330, identify the overall relationship and lines of authority of the proposed team, including key sub-consultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.), Section F: Include only 10 projects over the last five years from the time the solicitation is posted, which best illustrates the requirements for this contract. If the example project was a government contract include the ACASS number and report. The A-E shall not include company literature with the SF330. Only responses received by16 December 2009 at 10:00AM Eastern Standard Time. will be considered. No Exceptions. All submissions must be sent to NHNG-PFO--PCD 1 Minuteman Way, Concord NH 03301, Attention Mrs. Carol Domingue. Submittals received by FAX or EMAIL 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 8712 and the North American Industry Classification Code (NAICS) Code is 541310. This is an unrestricted procurement. Contracting Office Address: Place of Performance: Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Point of Contact(s): Carol H. Domingue, Email: carol.domingue@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-10-R-0001/listing.html)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minutemen Way, Concord NH
Zip Code: 03301-5652
 
Record
SN02017544-W 20091206/091205000429-8ea1d5a1d5a53338b2ecd60b4e67af4b (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.