Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
MODIFICATION

C -- Architecture and Engineering II Indefinite-Delivery, Indefinite-Quantity (A&E II IDIQ) Services

Notice Date
1/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
 
ZIP Code
20523
 
Solicitation Number
SOL-OAA-14-000186
 
Point of Contact
Patrice Lee, , Kevin Sampson,
 
E-Mail Address
patlee@usaid.gov, ksampson@usaid.gov
(patlee@usaid.gov, ksampson@usaid.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Pursuant to the authority in the Foreign Assistance Act of 1961, as amended, the U.S. Agency for International Development (USAID) requests qualifications from professional architect-engineer (A-E) firms eligible to provide design, construction supervision and related services to be performed or approved by registered or licensed A&E professionals for USAID/Washington and overseas Missions worldwide. Prime offerors under this RFQ must be registered under the North American Industry Classification System (NAICS) code 541330 -Engineering Services. In addition, offerors must be eligible in accordance with the authorized geographic code for this procurement which is 937. USAID anticipates that the maximum ordering limitation of the contracts resulting from this RFQ will be $600,000,000 over the 5-year ordering period. The maximum aggregate dollar value of task orders awarded to all contractors cannot exceed this contract ceiling. This ceiling is not being subdivided among the number of awardees, nor is it being multiplied by the number of awardees. There is no guarantee on the number of task orders that the successful contractors will receive or the amount of money beyond the minimum order guarantee set forth in the RFQ. Firm Fixed-Price task orders are preferred although task orders may be either Firm Fixed-Price, Cost-Plus-Fixed-Fee, or Cost-Plus-Incentive-Fee. USAID anticipates awarding approximately nine (9) Indefinite Delivery Indefinite Quantity (IDIQ) contracts, including approximately three (3) reserved for small businesses resulting from this solicitation. These awards will replace the current A&E IDIQ which was awarded in September 2008 and will expire in September 2015. The contractors performing under this mechanism are: •EDH-I-00-08-00023-00 CDM International, Inc. •EDH-I-00-08-00024-00 AECOM USA, Inc. •EDH-I-00-08-00025-00 MWH Americas, Inc. •EDH-I-00-08-00026-00 Parsons Government Services International, Inc. •EDH-I-00-08-00027-00 Tetra Tech Inc. An Amendment has been attached to address the following: (1) Make revisions to the solicitation. (2) Issue responses to questions received by January 06, 2015 question submission due date. (3) Provide Offerors with Pre-Proposal Conference information. The Pre-Proposal Conference will be held on Thursday, January 22, 2015 from 10 am- 12 noon. The purpose of this conference is to explain requirements and answer questions from potential offerors. The conference will be located near the Reagan Building. The exact location will be sent out to those that confirm participation. The conference will also be available via AdobeConnect which will allow offerors to view the presentation online and hear the conference. If you are interested in participating in the conference either in person or via Adobe connect, please send the following information to Patrice Lee (patlee@usaid.gov) and Selam Demissie (sdemissie@usaid.gov): Name of Attendee Company Name Company size (large/small) Contact email Participation Method (In person or conference call) Due to capacity constraints USAID may not be able to accommodate all requests. USAID must limit the attendees to one person per company. You will receive an email confirmation for either the AdobeConnect or the in-person conference. **Please send confirmations to participate in the A&E II IDIQ Pre-Proposal Conference by Wednesday, January 21, 2015 by 2:00 pm Eastern Standard Time.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-14-000186/listing.html)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN03619004-W 20150118/150116234730-c122b89c44d0461dc471fb94a604e866 (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.