SOLICITATION NOTICE
C -- Provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Services, and other A&E - Solicitatiion
- Notice Date
- 5/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-18-R-0012
- Archive Date
- 6/13/2018
- Point of Contact
- Kiesha Campbell, Phone: 3012226029
- E-Mail Address
-
kiesha.v.campbell.civ@mail.mil
(kiesha.v.campbell.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Wage Determination CA Wage Determination MD Attachment 2 Attachment 1 Solicitation 1. CONTRACT INFORMATION: One (1) contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. One or more firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Work will primarily be performed within the boundaries of the Ft. Meade, MD and Riverside, CA. One (1) Small Disadvantaged Veteran Owned Small Business (SDVOSB) set-aside, Firm Fixed-Price Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) will be negotiated and awarded with a five-year ordering period. Work will be issued using performance based strategies where possible under each task order. Task orders will be negotiated on primarily a firm-fixed price basis. The range of the award will be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code to be used for this procurement is 541330. 2. PROJECT INFORMATION: The work includes, but not limited to architectural, civil, structural, interior, exterior, landscaping, civil, electrical, mechanical, plumbing, environmental, communications and fire protection as well as other professional services such as comprehensive planning, programming, estimating, studies, surveying, testing, mapping reproduction, electronic document posting, geo-technical, investigations, and construction management/administration. Services provided by this contract shall be primarily for execution of sustainment, restoration and modernization (SRM) projects, minor construction (additions/remodels), maintenance (repairs/alterations) of existing real property, and support of Government in-house designs. 3. SELECTION CRITERIA: Selection criterion are listed in Section M of the solicitation. 4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work shall submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. Email submissions should be in by 1:00 PM, May 29, 2018. However, hard copy submissions will be accepted at: Defense Media Activity, 6700 Taylor Ave, Ft. Meade, MD 20755, ATTN: Contracting Officer, Kiesha Campbell not later than 1:00pm on May 29, 2018 (No Exceptions). Include the firm's DUNS number on the SF 330, Part I, Section B. On the SF 330, Part I, Section C, provide the DUNS number for each consultant. On the SF 330, Part I, Section D, the Organizational Chart may be submitted on 11" x 17" paper (single sided) if necessary (11x17, counts as two pages). On the SF 330, Part I, Section F, example projects (10 maximum) shall be listed in order of relevance to the type of work anticipated to be performed under this contract. In the SF 330, Part I, Section F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the work performed by the firm and any team subcontractors to be used on this project; and customer point-of-contact who can be reached for references (phone number and email address). For design projects, provide completion date and cost for construction phase. If a sample project is a federal procurement, include the contract number for which the A-E firm performed. In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects of the Selection Criteria. The Past Performance Questionnaires (five maximum) do not count towards the page count. Only one hard copy of each Past Performance Questionnaire is required. Dividers with no text (besides section label), do not count in page count. An optional cover letter will count towards the page count. Font size shall not be less than 10 point font and the margins for pages that supplement the SF 330 forms shall not be less than 1/2 inch. Pages in excess of the page limit will not be evaluated. All contractors must be registered in the System for Award Management (SAM) to be considered for award. Information regarding registration can be obtained online at www.sam.gov/potrtal/public/SAM/ or by telephone at 1-866-606-8220. Question submissions regarding the solicitation please contact the Contracting Officer, Kiesha Campbell via email at kiesha.v.campbell.civ@mail.mil no later than May 17, 2018 at 2:00 pm EST (12 days prior to close of the solicitation).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3cfdc43738a24a671851028380d75c72)
- Place of Performance
- Address: 6700 Taylor Ave, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04912087-W 20180506/180504230840-3cfdc43738a24a671851028380d75c72 (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 |