Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

C -- Multi-task, Multi-design, Architect & Engineer Services for the Nebraska National Guard

Notice Date
3/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
DAHA25-02-R-0002
 
Response Due
5/7/2002
 
Archive Date
6/6/2002
 
Point of Contact
Carrie Hancock, 402-309-7541
 
E-Mail Address
Email your questions to USPFO for Nebraska
(carrie.hancock@ne.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Solicit the need for Multi-task, Multi-design, Architect/Engineer Services for the Nebraska Air and Army National Guard, in the State of Nebraska. The submission date for all SF 254s and 255s will be no later than 7 May 2002. The contract will be award ed as a Firm Fixed Price Indefinite Quantity, Indefinite Delivery Type Contract with an estimated start date of November 2002. Services include but are not limited to: Type A Services (investigative, studies, surveys, etc.) Type B Services (actual desig n of facilities) and Type C Services (inspection of construction work). The contract may require evaluation and abatement of asbestos materials and toxic waste. The selected firm shall have on-line access to Electronic mail via the internet. All drawings will be submitted in an AutoCAD compatible format. The version will be determined by the Base Civil Engineer/Facility Management Office Engineer. The awarded firm will also be required to provide all designs, specifications and drawings, in an Adobe Acro bat format, which is downloadable from the internet for Government purposes. Possible Air National Guard projects include: Repair/Replace Aircraft Maintenance Hangar Roof; Repair/Replace Fire Detection and suppression system components in Aircraft hangar s; Repair/Replace Air conditioning units servicing the Aircraft Maintenance Hangar; Repair/Replace Airfiled pavements; Study and presentation of Air Base Master, traffic and force protection plans; Provide Engineering services for miscellaneous electrical, mechanical and structural repairs. The awarded Architect-Engineer firm will not be eligible to bid on the construction of the projects designed under this contract. The contract will be for one year from date of the initial contract award, and will incl ude four one-year option periods. Individual delivery orders shall not exceed $500,000 with a minimum guarantee of $5,000 on the entire contract. The total of all orders, including all option periods, shall not exceed $550,000. The Basic agreement ma y be used by both Nebraska Army and Air National Guard contracting offices to support design of federal/state projects. At the sole option of the Contracting Officer, this agreement may also be used by other National Guard Contracting Offices, and other F ederal agencies within the region with the appropriate designations. The specific evaluation factors in the order of importance, as per ANGETL 99-1 and Defense Federal Acquisition Regulations (DFARs) 52.236.602-1(a)(i)((6)(A), include: (1) Professional Qua lifications necessary for satisfactory performance of the required services; (2) Specialized Experience and technical competence in the type of work required; (3) Capacity to Accomplish the work in the required time; (4) Past Performance on contracts with Government agencies and Private Industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location in the General Geographic Area of the project; and (6) Volume of Work awarded by DoD. Architect Engineer firms that meet these requirements are invited to submit one completed copy of Standard Form (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the following address: Contracting, CW2 Carrie Hancock, USFPO for Nebraska, 1234 Military Road, Linco ln, NE 68508-1092. The qualification statements should clearly identify the office location where the work will be performed and, the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms shall list their size status on the Standard Form 254 and 255. The Standard industrial Classification Code is 8711, the NAISC, North American Industry Standard Code is 541310/541330. The small business threshold is $4,000,000. The SF 254 and 255 are available from the following website: https://airguard.ang.af.mil/ce/. This synopsis may also be viewed on www.neguard.com/contracting/ under 'Solicitations/Awards'. This is not a request for Proposal.*****
 
Place of Performance
Address: USPFO for Nebraska 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
Country: US
 
Record
SN00050070-W 20020330/020328213654 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.