Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOURCES SOUGHT

C -- SOURCES SOUGHT - Indefinite Quantity Architect-Engineer Services for Construction Surveillance and Inspection (Title II) Services for Various National Science Foundation Projects at Antarctica and Ne

Notice Date
9/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
AE-02-0006
 
Point of Contact
Melvin Yoshimura, Contracting Officer, Phone (808) 474-5406, Fax (808) 474-8908,
 
E-Mail Address
yoshimurams@efdpac.navfac.navy.mil
 
Description
Sources Sought NOTICE. The purpose of this sources sought synopsis is to identify potential qualified small business firms relative to NAICS Code 541330. The place of performance is Antarctica and New Zealand. The Pacific Division, Naval Facilities Engineering Command, will use the responses to this sources sought synopsis to make appropriate acquisition decisions for the planned contract. This is not an announcement of availability of a solicitation nor is it a means of generating a planholders list. After review of the responses submitted regarding this potential acquisition, a solicitations announcement will be published in the Federal Business Opportunities if the Government intends to continue with the procurement. Interested, qualified small business firms relative to NAICS Code 541330 shall submit complete, updated Standard Forms 254, Architect-Engineer and Related Services Questionnaire, and 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Services include, but not limited to architect and engineering services for construction surveillance and inspection (Title II) services for various National Science Foundation projects in Antarctica and New Zealand. The work includes construction surveillance, inspection and documentation of construction projects to indicate whether the construction conforms to the contract requirements. Personnel traveling to and working in Antarctica must pass strict medical and dental examinations. The A-E firm must have the qualified staff to pass the examinations. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,000,000 total fee; whichever comes first. The A-E fee per project shall not exceed $400,000. The Government guarantees a minimum of $10,000. The Government reserves the option to extend the contract for an additional three years. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is November 2002. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed in construction surveillance and inspection services in extremely remote, cold weather locations. The personnel shall have knowledge in construction scheduling methods and of building and construction crafts since detailed inspection shall be made to verify that the specified workmanship is obtained; (2) Specialized recent experience and technical competence of firm or particular staff members in construction surveillance and inspection services in extremely remote, cold weather locations; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. A-Es quality control program experience; (6) Knowledge of the locality of the project or some other extremely remote, cold region; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (7) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. The responses to this sources sought must be received no later than 2:00 p.m. on September 20, 2002 via facsimile transmission to (808) 474-8908 or via email to YoshimuraMS@efdpac.navfac.navy.mil. Complete information must be submitted. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information requested. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Place of Performance
Address: ANTARCTICA AND NEW ZEALAND
 
Record
SN00156758-W 20020905/020903213638 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.