Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
SOLICITATION NOTICE

C -- Architech and Engineering Services- Potential Synopsis

Notice Date
3/10/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-10-R-0005
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Renee Rausch, 515-252-4615
 
E-Mail Address
USPFO for Iowa
(renee.rausch@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESC: Synopsis: The Iowa National Guard wishes to select an Architect-Engineer Firm for Type A, B, and C services for an Indefinite Delivery/Indefinite Quantity, Multiple Disciplinary Contract for projects at the Iowa Air National Guard Base, Des Moines, Iowa. Services will include but are not limited to the production and delivery of designs, plans, drawings, specifications, project/performance documents for design-build projects, supervision and inspection services on the new construction, repair or maintenance projects and payment books. Submittal of electronic plans in AutoCAD R14 is also required. Your firm will need to be registered on the central contractor registration (CCR), website: www.ccr.gov, prior to any award resulting from this announcement. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9 Small Business Subcontracting Plan, for that portion of work it intends to subcontract. The plan is not required with this submittal, but must be approved prior to award to any large business. For information purposes, the small business size standard is $4.5 million, NAICS codes 541310, in annual average gross revenues to the last three (3) fiscal years. The contract is anticipated to be awarded on approximately 10 Aug 2010. The IDIQ Contract will be for a base year with four (4) one year option periods. Individual task orders may be of any value within the contract maximum ceiling value (base year and up to four option years) of $10,000,000.00. The resulting award will be an optional use Indefinite Delivery/Indefinite Quantity Contract for the National Guard contracting office and other DOD activities in the state. This is not a request for proposal. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. The following are the significant A/E selection factors and their relative order of importance to the Government: (1) Professional qualifications: It is necessary for satisfactory performance of required services, the design team must possess registered personnel with experience on IDIQ contracts in the following disciples: architectural, structural, mechanical, electrical, civil, land surveying, geotechnical, and environmental. (2) Specialized experience and technical competence: Firms must demonstrate specialized experience and technical competence in the IDIQ type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and achieving reduction and energy efficiency in designs. Address the experience of the design team by providing specific examples in a wide variety of multi-discipline design projects and studies. In addition, provide examples of the development of project/performance documents for Design Built projects. Also address the design teams familiarity with the Task Order Contracting process and the preparation of Task Order construction documents and estimates. Include contract numbers, points of contact, telephone numbers, and e-mail addresses. Provide an organizational chart indicating all key personnel (prime and consultants) to be utilized under this contract (3) Capacity to accomplish work in required time: Firms must address the ability of the design team to complete projects within mandatory time frames including multiple Task Orders under an IDIQ contract. (4) Past performance: Firms will be evaluated on contracts with government agencies and private industry in terms of cost control, quality of work, estimating performance, and compliance with performance schedules. Provide examples of project specific work with current telephone/fax numbers and e-mail addresses for each contract/project listed. Provide recent ACASS Evaluations. (5) Location: Firms will be evaluated based on their knowledge of the general geographical area of Des Moines Iowa and the physical location of the office that will support the installation. The following additional information shall be provided: Firms with more than one office must provide addresses, telephone/FAX numbers, and distinguish by disciplines the number of personnel for each office. (6) Volume of work awarded by DoD: Firms shall provide the total award dollars received by any and all DOD activies during the past twelve months on design work only. All offerors are required to complete the representations and certification clauses at the online representation and certification application (ORCA), website: htpp://orca.bpn.gov. The firm must respond to this request by providing a SF 330 (along with the other requirements listed herein) to the Office of the United States Property and Fiscal Officer, Purchasing and Contracting Division, Camp Dodge, 7105 N. W. 70th Avenue, Building #W41, Johnston, IA 50131-1824 by close of business, 1:00 P.M. central standard time, 14 April 2010. Supplemental information, such as cover letters will not be taken into consideration. Point of Contact (POC) for this synopsis is 2dLt Renee Rausch, ph. 515-252-4615 or renee.rausch@us.army.mil. Alt POC is Mr. Mark Thompson, ph. 515-252-4248 or mark.lowell.thompson@us.army.mil. Firms desiring consideration shall submit appropriate data as described in numbered note 24 (available on ASFI website).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-10-R-0005/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN02088886-W 20100312/100310235636-8305167504b88f8ed69ac7701330c909 (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.