Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

C -- MULTIDISCIPLINARY ARCHITECT-ENGINEERING SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR, MCGHEE TYSON AIR NATIONAL GUARD BASE, ALCOA, TENNESSEE, AND OTHER AIR AND ARMY NATIONAL GUARD UNITS, AND NAVY AND MARINE RESERVE UNITS

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
DAHA40-03-R-0003
 
Archive Date
6/27/2003
 
Point of Contact
John Anders, 615-313-0781
 
E-Mail Address
Email your questions to USPFO for Tennessee
(john.anders@tn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The scope of work for this contract shall include, but not limited to Architect-Engineer (A-E) Type A, B, and C, Services for the design of miscellaneous Indefinite Delivery projects. Delivery Orders may consist of a wide variety of alteration, constructi on, and repair projects involving a wide range of multi-discipline design expertise. Selected A-E shall provide type A Investigative Services to include, but not limited to making investigations, collecting data, and other such fact finding studies as nec essary to support the design of the various renovation projects for the Tennessee Air National Guard, MCGhee Tyson Air National Guard Base, Alcoa, Tennessee, and also to other Air National Guard Units, Army National Guard Units, and Navy and Marine Reserve Units. Type B Design Services (optional) shall include engineering 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. S pecial design considerations shall include interior design, acoustical/noise attenuation treatment, energy conversation features, and communication wiring. Type C Services (optional) shall include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews, in addition to complete construction compliance inspections and material testing as required in the construction contract documents. The services under this option if exercised, will not commence until the star t of project construction for each project. The contract will have a maximum cumulative fee of $2,000,000.00 per year with each delivery order not to exceed $550,000.00. The contract will contain a minimum guaranteed fee of $5,000.00 with a contract term of one (1) year from date of award with four (4) one (1) year option periods, not to exceed a total contract period of five (5) years. Firms, which meet the requirements, described in this announcement and wish to be considered for selection are invited to submit three (3) completed, current, signed, and dated SF 254s, and SF 255s for the prime and each consultant to: USPFO for Tennessee, Attention: Captain John W. Anders, P.O. Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748, within thirty days (30) calendar days from the date of the solicitation publication announcement in the Federal Business Opportunities. Solicitation is anticipated to be published on or about March 28, 2003. If a current (less than one (1) calendar year old) SF 254 has bee n previously submitted, then it is not mandatory to resubmit. However, a letter so stating shall be submitted within the prescribed time frame. Please state in block four (4), page four (4) of the SF 254 the size status of your firm. The SF 255 shall re flect all experience related to a multi-disciplined Indefinite Delivery type contract and the type of projects designed and/or managed. The prime firm and any consultants he/she intends to use must submit this form. Firms with more than one (1) office sh all indicate on the SF 255 the office out which the work will be performed and the staffing composition of this office. The Government may place delivery orders for the development of project books and statements of work under this contract. If a Large B usiness Concern is awarded this contract a Subcontracting Plan will be required in accordance with the Federal Acquisition Regulation (FAR) Part 19.7. In accordance with Defense Federal Acquisition Regulation (DFAR) 204.7302 Policy, a firm must be registe red in the Central Contractor Registration (CCR) System before it can be awarded this contract. Prospective A-E firms will be evaluated on the relative order of importance as listed below: (1) PROFESSIONAL QUALIFICATIONS: The project team should include t he following disciplines: Architectural, Civil, Electrical, Mechanical, Structural, and Environmental Engineers. Also, other beneficial disciplines include E nvironmental, Interior Design, Acoustical, Landscape, etc. The make-up of the proposed design team, to include outside consulting firms, will be evaluated. The qualifications and experience of the team members will be evaluated. Therefore, the anticipate d design team should be identified. (2) SPECIALIZED EXPERIENCE: The nature of the contract is such that experience in designing/renovating military type facilities is highly desired. Therefore, experience and technical competence in designing these types of project and preparation of project documents should be indicated. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: The general capabilities of the firm to develop the design and prepare the project documents within the time limits set by the Government will be examined. The time limit for each delivery order negotiated under this Indefinite Delivery/Indefinite Quantity contract will be negotiated separately for each delivery order. Prospective A-E firms should demonstrate their capability an d performance for on-time delivery of their designs. (4) PAST PERFORMANCE: The history of performance by the firm on projects for Government (Federal, State, and Local) Agencies and some private concerns will be examined. Areas such as work load, quality of work (project documents and function), and compliance with performance schedules (meet submittal dates) will be examined. (5) LOCATION OF A-E FIRMS: The prime firm and major consultants such as electrical, mechanical, structural, and geo-technical should be located within a thirty (30) mile radius of the project involved. Specialized consultants not having a major impact on design or on construction management need not fall within these criteria. However, consultants such as cost estimating/control, and acoustics must have a thorough knowledge of local conditions affecting their respective disciplines. (6) VOLUME OF DOD W ORK AND EXTENT TO WHICH POTENTIAL CONTRACTORS COMMIT TO SMALL AND SMALL DISADVANTAGED BUSINESS FIRMS, HISTORICALLY BLACK COLLEGES AND UNIVERSITY, OR MINORITY INSTITUTION: The volume of work previously awarded to the firm by the DoD shall be considered. Th e object being to effect an equitable distribution of DoD A-E contracts among qualified A-E firms, including small disadvantaged firms and firms that have not has prior Department of Defense Contracts. Firms shall also address the amount of DoD contract f ees awarded during the last five (5) calendar years. In addition, the Volume of DoD work an extent to which potential contractors have utilized small business, small disadvantaged business, a historically black college/university, or minority institution, whether as a joint venture, teaming arrangement, or subcontractor. Technical questions should be addressed to 1st. Lieutenant Brian C Austin,(865) 985-4212 between the hours of 8:00 A.M. and 4:30 P.M., local eastern time. Collect calls will not be accep ted. This project is open to large as well as small business firms (unrestricted).
 
Record
SN00278868-W 20030315/030313213724 (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.