Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2019 FBO #6442
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Architect Engineer (A-E) Services for the Mississippi National Guard in support of the Air and Army National Guard programs throughout the State of Mississippi

Notice Date
7/12/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
144 Military Drive JACKSON MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-19-R-0009
 
Response Due
8/13/2019
 
Point of Contact
David A. Oglesby, Contracting Officer, Phone 601-313-1502, - Lisa D Anguizola, Contract Specialist, Phone 601-313-1663
 
E-Mail Address
david.a.oglesby.civ@mail.mil, lisa.d.anguizola.civ@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Mississippi National Guard is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36. One (1) contract will be solicited set aside for small business for a five year ordering period. One contract will be set aside for small business if there are 2 or more capable small businesses in accordance with DFARS 219.502-2. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $15,000,000. Small businesses are encouraged to team with other businesses. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement, the Mississippi National Guard intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Mississippi. These are not requirements contracts. The contract will consist of a five (5) year ordering period with a total contract ceiling of $10,000,000 for the entire program. Total contract period shall not exceed five (5) calendar years, plus a six (6) month option for extension of services in accordance with FAR 52.217-8. The minimum total fee guaranteed to the contract awardee is $2,500.00. Order limitations are as follows: The Contractor is not obligated to honor (1) any order for a single item in excess of $750,000 or (2) any order for a combination of items in excess of $5,000,000. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for projects with a construction value that typically result in an A-E task order less than $500,000. Projects to be designed are not yet determined and funds (except those reserved for the minimum fee guarantee) are not presently available. Selection of A-E firms is based on professional qualifications necessary for the performance of the required services (rather than competitive bidding procedures). All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. The wages and benefits of service employees (FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-19-R-0009/listing.html)
 
Place of Performance
Address: 172nd Airlift Wing, Thompson Field, Flowood, MS; 186th Aerial Refueling Wing, Key Field, Meridian, MS; Combat Readiness Training Center, Gulfport, MS; Camp Shelby, MS; and other possible Statewide locations., MS
Country: US
 
Record
SN05368027-F 20190714/190712230014 (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.