Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

C -- Architect Engineer IDIQ Contract for NSA Souda Bay, Crete, Greece

Notice Date
12/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N33191 NAVFAC EURSWA FEAD NSA, SOUDA BAY PSC 814 BOX 11 FPO AE Souda Bay,
 
ZIP Code
00000
 
Solicitation Number
N3319117R0800
 
Response Due
1/19/2017
 
Archive Date
2/3/2017
 
Point of Contact
Lindsay Baker 011302821021548
 
E-Mail Address
lindsay.baker@eu.navy.mil
(lindsay.baker@eu.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVFAC EURAFSWA plans to award a single IDIQ Contract to a licensed architectural, multi-disciplined engineering and design (A-E) services firm for various project types at United States of America (USA) Department of Defense (DoD) and non-DoD activities located throughout Naval Support Activity Souda Bay Area of Responsibility (AOR); however, orders may be placed at other locations within Greece. This contract is primarily for single and multi-discipline Architectural, Mechanical and Electrical, Civil and Structural, and Fire Protection projects. Services shall be accomplished in the firm ™s office with the exception of specialized engineering services and/or field/subsurface investigations and surveys as required at specific task order project sites. Various tasks will be ordered for all types of new and existing facilities. The types of facilities include but are not limited to: Administration Buildings, Religious Facilities, Community Buildings, Dining Facilities, Recreational Facilities, Security Buildings, Child Development Centers, Bachelor Quarters, Navy Lodges, Airfield Facilities, Waterfront Facilities, Operational Facilities, Base Housing, Water Treatment Facilities and associated work, Central Plants Utility System Upgrades, and other Infrastructure. Post Construction Award Services (PCAS) may also be included, as required, as an option under the task order. This contract is being procured in accordance with the Selection of Architects and Engineers Statute, 40 U.S.C. Chapter 11, as implemented by FAR Part 36.6. The acquisition will be issued on an unrestricted basis inviting full and open competition. The proposed contract shall not exceed one (1) base year plus two (2) option periods (if exercised), or until the maximum dollar value is reached, whichever comes first. If exercised, option periods will be awarded unilaterally. The Government is not obligated to exercise the option periods. The total term of the contract inclusive of all options, if exercised, shall not exceed 36 months. The maximum contract value may not exceed an aggregate total of $3,000,000. Services will be implemented through negotiated firm-fixed-priced task orders that may be issued from a minimum of $2,500 up to a maximum of $300,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. A minimum guarantee of $2,500 will be guaranteed for the base year only. The first task order may be subsequently identified, negotiated, and awarded with this contract. The first task order shall satisfy the minimum guarantee. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The estimated start date for issuance of task orders under this contract is July 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N33191SB/N3319117R0800/listing.html)
 
Record
SN04354461-W 20161218/161216234700-360bd345f255a3ee6a02dd075f746f59 (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.