Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
AWARD

C -- Architect and Engineering Services - Civil and Structural

Notice Date
7/10/2013
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-CIV-STRUC
 
Archive Date
7/13/2013
 
Point of Contact
David L. Mendelsohn, Phone: 605-385-1748
 
E-Mail Address
david.mendelsohn@ellsworth.af.mil
(david.mendelsohn@ellsworth.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4690-13-D-0006-FA4690-13-D-0007
 
Award Date
6/28/2013
 
Awardee
Ferber Engineering and FMG, Inc., 729 E WATERTOWN ST 3700 STURGIS RD, Rapid City, South Dakota 5770157702, United States
 
Award Amount
$5,000,000.00
 
Description
AWARD NOTICE: DESCRIPTION: ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, AND TITLE II INSPECTION SERVICES AT ELLSWORTH AFB, SD. This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is a TOTAL SMALL BUSINESS SET ASIDE for firms classified as Small Businesses under NAICS Code 541330, Architech and Engineering Services. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million for NAICS 541330. The Small Business prime contractor, which must be an architecture or engineering firm, must perform fifty percent (50%) of the work in-house. The firm's capability statement shall demonstrate the qualification necessary to meet the 50% in-house requirement. Additionally, the selected firm must perform the primary Architectual and Engineering civil-structural discipline,and may employ qualified consultants to perform other disciplines. Before a small business is proposed as a potential contractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database, accessed at http://www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contacting the Federal Service Desk for CCR at 1-866-606-8220. Failure to register may render the A-E Firm ineligible for award. No State level certifications shall be accepted. A-E's with engineering categories of civil and structural will be considered. A professional Architect and/or Engineer in the appropriate discipline, licensed in the State of South Dakota, shall stamp all contract drawings. Title I Design services may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including roads/bridges, infrastructure, utilities, erosion control, and environmental restoration. Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings (in bond and mylar), AutoCAD drawings; specifications written in the Construction Specification Institute (CSI) format; economic analysis; construction cost and time estimates; engineering calculations; logs and study reports. Projects may include various combinations of architectural, interior design, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Investigative services may include studies, reports, design analyses, constructability and peer reviews, surveys, and cost estimates. Title II Services may be required for the supervision and inspection of construction projects. The selected A-E's will need to become familiar with Ellsworth AFB's facility design, anti-terrorism, and CAD Standards as well as other Government codes that may be required for selective completed projects. CONTRACT INFORMATION: Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of two A-E Open-End contracts may be awarded based on amount and type (primary discipline) of projected workload and availability of funds. The total fees for the basic year and all option years shall not exceed $5,000,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $2,000 over the life of the contract, and a maximum contract capacity of $5,000,000. The North American Industry Classification System (NAICS) codes for this acquisition is 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/Awards/FA4690-13-D-0006-FA4690-13-D-0007.html)
 
Record
SN03111954-W 20130712/130710234858-c62a0683f6f0f47094b0634b91f43331 (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.