Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2003 FBO #0427
SOLICITATION NOTICE

C -- Indefinite Delivery Order A&E Services for Western Washington Air National Guard

Notice Date
1/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
DAHA45-03-R-0001
 
Archive Date
5/4/2003
 
Point of Contact
Denise Sheppard, 253-512-8970
 
E-Mail Address
Email your questions to USPFO for Washington
(Denise.Sheppard@wa.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Scope of work consists of Architect-Engineer Type A (Investigative and Concept), Type B (Design) and Type C (Construction Inspection) Services for the design of miscellaneous projects on an indefinite delivery indefinite quantity type contract. Delivery o rders may consist of a number of alteration, construction and maintenance and repair projects involving a wide range of multi-discipline design expertise. These projects will be at four western Washington Air National Guard Stations ? Paine Field (Everett ), Boeing Field (Seattle), McChord AFB, and Camp Murray (Tacoma). Type A services include investigations, collecting data and other such fact-finding studies necessary to support the design of various projects. Type B services (Optional) shall include en gineering calculations and analyses, complete design, statement of probable cost and construction contract documents completed in sufficient detail so as to be competitively bid by contractors. Type C services (Optional) include all personnel, equipment a nd material necessary to prepare all material data and shop drawing reviews and compliance on-site inspection. Type C services under this option, if exercised, will not commence until the construction project starts. The indefinite delivery contract will not exceed the maximum, cumulative fee of $2 million per year with each delivery order not exceeding $550,000. The contract will contain a minimum guaranteed fee of $1,000 with a contract term of one year from date of award with four option years. Firms that meet the requirements described in this announcement and wish to be considered for selection are invited to submit their current SF 254 and SF 255 to the above address. Submittals shall be received no later than 4:00 p.m. local time, 5 March 2003. The Government may place delivery orders for the development of project books/statements of work under this contract. If a large business is awarded this contract, a subcontracting plan will be required in accordance with FAR 19.7. Please state in Block 4, Page 4 of the SF 254 the size status of your firm. Prospective A&E firms will be evaluated on the criteria listed below in relative order of importance. (1) Professional qualifications; disciplines should include architectural, civil, electrical, mech anical, structural and environmental. Principals, project officers, project architects and engineers shall be licensed in their appropriate disciplines; (2) Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost contr ol, quality of work, and compliance with performance schedules; (5) Location ? highest rating will be awarded to firm within 30 miles either side of Interstate 5 from Olympia to Everett, Washington; (6) Volume of work awarded by DOD during last twelve mont hs. The type of projects will include but not be limited to new construction, facility renovations, paving, roofing and siding, fire suppression and alarm systems, heating controls, and anti-terrorism/force protection facility upgrades. The prime contrac tor?s submittal must include a SF 254 and 255 for each of the consultants that will be used on this contract. This acquisition is unrestricted as to business size. SIC is 8712. This is not a request for proposal. Leslie.Jines@wa.ngb.army.mil click here to contact the contracting officer via email.
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN00250540-W 20030202/030131213554 (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.