Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

C -- DESIGN SERVICES INDEFINITE DELIVERY TYPE (MULTI-DISCIPLINE) FOR THE DELAWARE AIR NATIONAL GUARD

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
166 AW/LGC, 2600 Spruance Drive, Corporate Commons, New Castle, DE 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
N / A
 
Archive Date
7/7/2003
 
Point of Contact
Jeffrey Earle, 302-323-3474
 
E-Mail Address
Email your questions to 166 AW/LGC
(jeffrey.earle@denewc.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC: MSgt. Jeffrey Earle, Contract Specialist, (302) 323-3474. Indefinite Delivery-Indefinite Quantity (IDIQ) A-E Services Contract for the design, preparation of plans, specifications, and cost estimates for various projects, as needed for the Delaware A ir National Guard, New Castle, Delaware. The primary purpose of this proposed contract is to provide services for projects for the 166 Airlift Wing in New Castle, DE, but may also encompass military units statewide for Delaware. CONTRACT INFORMATION: Th e services that may be required will consist of, but not limited to one or more of the following: Design Criteria and/or Feasibility Studies for new structures, budget estimates, designs of alterations, maintenance and repair of minor construction, Buildin g Condition Reports; rehabilitation of historic buildings and structures; Project Management and Inspection Services for construction projects; Environmental Surveys, Reports, Studies, and Designs for the clean-up, removal, monitoring and/or abatement of a sbestos, hazardous/toxic materials and petroleum products. These projects will be accomplished under task orders written against an Indefinite Delivery ? Indefinite Quantity Contract (IDIQ) that will be negotiated and awarded for one (1) Base period, plus four (4) Option periods. The cumulative total of all Task Orders for both the base and option periods shall not exceed $550,000. The maximum dollar limitation for any task order awarded, shall be limited to $400,000. The IDIQ contract is anticipated to be awarded in early August of 2003. This announcement is being solicited on an unrestricted basis. For informational purposes, the NAICS is 541310 and the small business size standard is $4 million in annual average gross revenues for the last three (3) fisca l years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) database pri or to any award resulting from this announcement. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as tie-breakers among tech nically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following descending order: Architectural, Civil, Electrical, Mechanical, Structural, and Environmental. ****B. SPECIALIZED E XPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDIC 's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. Also, address the design teams familiarity with the Task Order Contracting (TOC) process and the preparation of TOC Construction documents and estimates. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarly with the Construction Criteria Base (CCB) System. This shall include as a minimum: (2) SPECSINTACT Specification System: (3) The us e of Microsoft Office products to include: Microsoft Word, Microsoft Excel, Microsoft Binder; and Adobe Acrobat for developing project contract documents; (4) Must possess and address in-house CAD capability, to include Autodesk AutoCad version(s) 2000 an d 2002; and (5) Must possess and address e-mail capabilities. ****C. CAPACITY TO ACCOMPLISH WORK: Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Task Orders under an IDIC. Provide spe cific examples of both in Block 10 of the SF 255. ****D. PAST PERFORMANCE: Provide examples of project specific work, including past and/or current IDIC's, with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations. Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performan ce on past projects. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION: Location of the firm within the general geographical area of the proposed req uirement(s). ****F. VOLUME OF WORK: Provide the volume of DoD and other Government Agency contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equita ble distribution of work among A-E firms. The contract will contain a minimum annual guarantee of $1,000. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be considered res ponsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm's SF 255 to th e address as stated above. The following is additional information requested. The SF 254 MUST include the following: (1) BLOCK 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. (2) BLO CK 7a: Total number of Personnel for each office as listed in BLOCK 7. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, CEC (Contractor Establishment Code), DUNS number and Central Contractor Registration (CCR) number. (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), that will perform the work, and the total number of personnel for each line; (2) BLOCK 7c: Each key person's office address, includ ing telephone/FAX numbers and e-mail addresses if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include state, year and discipline; (4) BLOCK 8: Descriptive project synopsis which best illustr ates the prime's qualifications relevant to this announcement; (4) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information, such as cover letters will not be taken into con sideration. The complete Package must be received at the following address by 1:00 PM (Eastern Standard Time) on Thursday May 8, 2003. USPFO for Delaware C/o 166 AW/LGC 2821 Park Drive 2600 Spruance Drive New Castle, DE 19720-1615 ATTN: MSgt. Jeffrey Earle No exceptions. Submittals received by FAX will not be accepted and considered non-responsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed by telephone or by formal presentation.
 
Place of Performance
Address: 166 AW/LGC 2600 Spruance Drive, Corporate Commons New Castle DE
Zip Code: 19720-1615
Country: US
 
Record
SN00297475-W 20030409/030407213603 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.