Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

C -- Architect-Engineering (A/E) Services

Notice Date
4/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
Reference-Number-SSA-0802-02-5030
 
Response Due
5/31/2002
 
Point of Contact
Joe Tanzi, Contract Specialist, Phone 410-965-9470, Fax 410-966-9310,
 
E-Mail Address
joe.tanzi@ssa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
NAICS Code 5413. Indefinite Delivery/Indefinite Quantity (IDIQ) requirement for Architect-Engineering (A/E) Services for pre-design, site analysis, schematic design, design development, construction documents, construction administration, evaluation and certification, preparation of construction cost estimates and post occupancy evaluations. THIS REQUIREMENT IS SET-ASIDE ONLY FOR A&E FIRMS CERTIFIED UNDER THE U.S. SMALL BUSINESS ADMINISTRATION 8(a) PROGRAM. Proficiency in state-of-the-art computer software, e-mail, AutoCAD or Microstation is required. SSA's offices will include but not be limited to SSA Headquarters at the Woodlawn Campus, Regional, District, Branch and Staff Offices in storefront type locations, individual buildings or as part of high rise buildings in small towns to large cities throughout the United States. Candidate selection will be based on the following evaluation categories: (1) Project Team. This category will be used to evaluate the A/E's proposed key personnel with respect to their qualifications, individual experience and past experience as a team, (2) Technical Ability. This category will be used to evaluate the A/E's capacity and potential for service/product excellence, including innovation, creative alternative solutions, and searching special opportunities. (3) Related Experience: This category will be used to evaluate the A/E's successful accomplishment of projects similar in nature. (4) Organization and Management. This category will be used to evaluate the A/E's to effectively and successfully organize and manage subcontractors and client components to execute projects on time and within budget. (5) Supplemental Points. Supplemental points will be given for good performance on previous Government projects which would include cost control, quality of work and compliance with performance schedules. Consideration will be limited to primary firms with the required disciplines having an existing established office within the Baltimore, Maryland/Washington, DC geographic area of the SSA Headquarters located at 6401 Security Boulevard, Baltimore, Maryland. Consideration of any joint venture will be based on a demonstrated interdependency for a quality effort. The A/E must be capable of performing simultaneously multiple projects at multiple locations nation wide. The proposed IDIQ contract will have a base period not to exceed one year and four one-year renewal options. The maximum amount to be expended for contract shall not exceed $1 million (minimum $200,000) for the base year and for each of the four option years, if exercised. Work under the contract will be by Task Order. Each Task Order will be negotiated individually for hours, as hourly rates for each discipline will be set forth in the subsequent contract. Firms and/or joint ventures meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting two (2) copies each of completed Standard Form 254 and Standard Form 255 along with a letter of interest referencing A&E Project No. SSA-0802-02-5030 to be received by the office listed above on or before May 31, 2002. THIS IS NOT A REQUEST FOR PROPOSAL. The government will not recognize costs associated with preparation and submittal of Standard Forms 254 and 255. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/SSA/DCFIAM/OAG/Reference-Number-SSA-0802-02-5030/listing.html)
 
Place of Performance
Address: Social Security Administration Offices Nationwide
 
Record
SN00181393-F 20021004/021002220612 (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.