Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Architect and Engineering Contracts

Notice Date
3/6/2003
 
Notice Type
Sources Sought
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
DAHA36-03-R-0003
 
Archive Date
6/6/2003
 
Point of Contact
Michael Koontz, 717-861-8643
 
E-Mail Address
Email your questions to USPFO for Pennsylvania
(michael.koontz@pa.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This announcement is for the selection of Architect Engineer Firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Design Contracts for the Pennsylvania Air and Army National Guards. Contracting Officers outside of the USPFO for Pennsylvania may issue Delivery orders for design services to support other State and Federal Agencies throughout the Commonwealth of Pennsylvania. This announcement may result in the award of four contracts to provide services to four primary locations. Submitting firms must indicate the locations for which they are submitting. Since proximity of the firm?s design office to the supported location is an evaluation factor, the submitting firms should submit multiple packages with the firm?s design office location and key design team staff tailored to each primary location. The four primary locations are the 171st Air Refueling Wing, Coraopolis, PA; 111th Fighter Wing, Willow Grove, PA; 193d Special Operations Wing, Middletown, PA; and the Pennsylvania Army National Guard, Fort Indiantown Gap, Annville, PA. The IDIQ design contracts may be used for a wide range of design services. Primarily the contracts will be used to design new commercial/industrial type facilities and to design renovations of existing facilities. Each resu ltant contract shall be established for one 1 year with four 4 option years. A single delivery order will not exceed $550,000. Total value of all delivery orders under a single contract will not exceed $2 Million per year. The following evaluation criter ia, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award at each location. 1. Professional Qualifications necessary for satisfactory performance of required ser vices: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms should provide information on two or three individuals from each design discipline that are anticipated to be assigned to key posi tions on the design team. The key positions should include Project Mangers, Quality Assurance Manager, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence in the Type of Work Required: This factor evaluates the experience of the firm a nd design team in completing projects requiring skills similar to those anticipated for this contract. This may include concrete foundations, single and two story steel frame structures, load bearing and non-load bearing masonry walls, single ply membrane and standing seam metal roofing, primary and secondary electrical services, 400 cycle electrical services, hot water boiler heating systems, chilled water cooling systems, variable frequency drive air handlers, variable air volume terminal equipment, dire ct digital controls, process exhaust, centrally monitored supervised fire detection systems, fire suppression systems to include sprinklers, under wing AFFF, and high expansion foam systems, storm water management, soil erosion control planning, oil water separators for discharge to storm or public sewer, and commercial architectural finishes. 3. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the A-E firm to, given their current projected workload and the avail ability of their key personnel, to accomplish the project 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: This fact or shall be evaluated based on the information provided by the A-E on similar type projects, performance appraisals on file with the Corps of Engineers, and con tact with personnel listed in the SF 255 regarding past performance. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates the distance from the A-E firms design office from the locat ion of work. The personnel identified as the key design team staff are expected to work in the design office identified for evaluation of this factor. This factor is why it is recommended that firms submit packages tailored to the locations for which the y are submitting. 6. Volume of Department of Defense Work Awarded During the Past Twelve Months: This factor evaluates the volume of DOD work awarded in the past twelve months in the interest of equitable distribution of work. To be considered for a c ontract Firms shall submit two copies of their Standard Forms 254 and 255 to the USPFO for Pennsylvania, Department of Military and Veterans Affairs, Purchasing and Contracting Office, Room #242, Fort Indiantown Gap, Annville, Pennsylvania 17003-5003 no la ter than April 7, 2003. Firms are reminded that a separate package of 254?s and 255?s should be submitted for each area of interest (4 possible). Firms shall clearly indicate the areas of interest for which they are submitting a package. All responsible sources shall be considered.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00272553-W 20030308/030306213542 (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.