MODIFICATION
C -- SPD AE IDIQ - Full and Open
- Notice Date
- 1/20/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-14-HH-D-0014
- Archive Date
- 8/12/2014
- Point of Contact
- David E. Holland, Phone: 8178505532, Camille D. Lev, Phone: 8179780439
- E-Mail Address
-
david.e.holland@gsa.gov, camille.lev@gsa.gov
(david.e.holland@gsa.gov, camille.lev@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- **FINAL SELECTION NOTICE** In accordance with FAR 36.607(a), after final selection has occurred, information may be released identifying the architect-engineer firm with which a contract will be negotiated. This notice serves as notification that the Government intends to negotiate Indefinite Delivery/Indefinite Quantity contracts for Architectural and Engineering Services as follows: ZONE 1:Krueck + Sexton Architects ZONE 2:HGA (Hammel, Green and Abramson, Inc.) + Snow Kreilich Architects If negotiations are terminated without awarding a contract to these highest rated firms, the contracting officer may release that information and state that negotiations will be undertaken with another named architect-engineer firm. Contracting Office Address: GSA, PBS, Acquisition Management Division (7PQA) 819 Taylor Street Fort Worth, TX 76102 Point of Contact(s): David Holland, Contract Specialist 817-850-5532 david.e.holland@gsa.gov In accordance with FAR 36.607(b), Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with 15.503, 15.506(b) through (f), 15.507(c), and 15.506(d)(2) through (d)(5). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts. Description This synopsis/solicitation is for Architect and Engineering (AE) services for a period of one year with four additional one-year option periods. Full program details and submittal requirements are listed in the attached document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-14-HH-D-0014/listing.html)
- Place of Performance
- Address: GSA proposes to award two (2) Single-Award IDIQ contracts for A/E services; one awardee for each of two (2) primary service areas (Zones) as follows:, Zone A -North US, Alaska and Washington DC, 1.Alaska, 2.Washington, 3.Oregon, 4.Idaho, 5.Montana, 6.Wyoming, 7.North Dakota, 8.South Dakota, 9.Nebraska, 10.Minnesota, 11.Iowa, 12.Wisconsin, 13.Illinois, 14.Michigan, 15.Indiana, 16.Ohio, 17.New York, 18.Pennsylvania, 19.Delaware, 20.Maryland, 21.New Jersey, 22.Connecticut, 23.Rhode Island, 24.Massachusetts, 25.New Hampshire, 26.Vermont, 27.Maine, 28. Washington DC, Zone B - South US and Hawaii, 1.Hawaii, 2.California, 3.Nevada, 4.Utah, 5.Arizona, 6.Colorado, 7.New Mexico, 8.Kansas, 9.Oklahoma, 10.Texas, 11.Missouri, 12.Arkansas, 13.Louisiana, 14.Kentucky, 15.Tennessee, 16.Mississippi, 17.Alabama, 18.West Virginia, 19.Virginia, 20.North Carolina, 21.South Carolina, 22.Georgia, 23.Florida, 24.Puerto Rico, Secondary service areas for both zones will include All US States Nationwide and All US Territories and Installations worldwide., United States
- Record
- SN03620034-W 20150122/150120234434-4d16a8e913b285c1092382b6fff1ceb7 (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 |