Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

C -- Architect and Engineering Services, Indefinite Delivery Contract

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Louisiana, Jackson Barracks, Building 39, New Orleans, LA 70146-0330
 
ZIP Code
70146-0330
 
Solicitation Number
LANG-RQLH029999
 
Point of Contact
Tracy Montalbano, 504-278-8239
 
E-Mail Address
Email your questions to USPFO for Louisiana
(Tracy.Montalbano@la.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Provide Architect-Engineer Services for an Indefinite Delivery Contract, multi disciplinary, for the preparation of Architect-Engineer plans, specifications, cost estimates, studies and construction inspection services for work to be performed on Louisiana Air National Guard facilities located at USNAS, New Orleans, LA; Jackson Barracks, New Orleans, LA; Hammond Municipal Airport, Hammond, LA; Camp Beauregard, Pineville, LA; and England Airpark, Alexandria, LA. Initial projects identified for the Air Nati onal Guard include (1) Project Title: Repair/Alter Communications Electronics Training Facility, Hammond, LA. Provide design services to renovate the entire interior of a Military Facility that is composed of office and radio communication equipment shop w ork areas. Facility size is approximately 10,000 square feet. (2) Project Title: Construct Vehicle Operations & AeroSpace Equipment Parking Shed, Hammond , LA. Provide design services to construct a 4000 square foot building for storage of vehicles and equ ipment. (3) Project Title: Repair/Add Base Supply/ Equipment Warehouse, Hammond, Louisiana. Provide design services to renovate and add a small addition to an existing facility for the purpose of storage of equipment and supplies. Total size of new fac ility is to be 8000 square feet. (4) Project Title: Repair/Add Bldg 820, Alexandria, LA. Provide design services to construct an addition of 2500 square feet and renovate an existing 8500 square feet for a Communications Electronics Training Facility. (5) Project Title: Construct Vehicle Operations & AeroSpace Equipment Parking Shed, Alexandria, LA. Provide design services to construct a 4000 square foot building for storage of vehicles and equipment. (6) Project Title: Repair/Add Base Supply Equipm ent Warehouse, Alexandria, LA. Provide design services to construct a 2000 square foot addition to the existing supply facility and replace the roof of the existing facility. Total scope of new roof is to be 8000 square feet. The total A-E fee is limited to $500,000.00. The contract shall be for one year with a one-year continuation option or until the $500,000.00 is reached. A minimum of $5,000.00 will be guaranteed should no work be ordered under this contract. The proposed contract includes a one-year government option for the same basic professional skills. The option year is limited to the same restrictions as the first year. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements that are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the A-E effort involved. Request qualified A-E to perform type A, type B, and type C services for various projects. Type A services shall include, but not limited to field surveys, investigations, testing, evaluations, research, examinations, and measurements required to obtain data essential to the performance of type B services. Type B services include calculations, designs, cost estimates, drawing s, and specifications of suitable quality and completeness for bidding by contractors. Design shall be based on project books or statement of works to be furnished by the government and on conclusions reached by the exercise of the type A service. Type C s ervices shall include all labor, equipment, and materials required for the complete construction inspection, and review of submittal and shop drawings as well as material testing required by the construction documents and normal construction documents and normal construction practices. A-E selection criteria will include in order of importance: (1) professional qualifications necessary for satisfactory performance of required services; (2) specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) capaci ty 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 geographical ar ea of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project; (6) volume of work previously awarded by the DOD to the fi rm with the object of effecting an equitable distribution of contracts among qualified A-E firms. A-E firms which meet the requirements described in this announcement and whom are interested in being under consideration for this work are invited to submit a completed SF 254, U.S. Government Architect Engineer Questionnaire and a SF 255, Architect Engineer and Related Services Questionnaire to this office within 30 days of this publication. No other notification to firms under consideration for this work is made and no further action is required. This is not a request for proposal. This is an unrestricted procurement action, open to both small and large business. Submissions from small businesses and small disadvantage businesses are encouraged. To be awarded a contract, firms must be registered with the Contractor Central Registry. Web Site: http://www.ccr.gov. The Standard Industrial Classification Code is 8711/8712, the NAISC, North American Industry Standard Code is 541310/541330. The Small Business thresh old is $4,000,000. 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. The awarded firm will also be req uired to provide all designs, specifications and drawings, in an Adobe Acrobat format, which is downloadable from the internet for Government purposes. Firms should submit SF 254s and 255s to the following address: USPFO for Louisiana, Jackson Barracks, Bl dg. 39, Room 212, DLS-P, ATTN: CW2 Tracy Montalbano, New Orleans, LA 70146-0330. Interested A-E firms must submit (1) one copy of each form to this office no later than 4:00PM Central Standard Time on October 12, 2002 to be considered for selection by this office. This synopsis may also be viewed at https://www.la.ngb.army.mil/ebs/asp/advertisedsolicitations.asp
 
Place of Performance
Address: USPFO for Louisiana Jackson Barracks, Building 39, New Orleans LA
Zip Code: 70146-0330
Country: US
 
Record
SN00163644-W 20020913/020911213752 (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.