Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

C -- Architect-Engineer Services for Preparation of a Variety of Architectural and Engineering Projects through an Idefinite-Delivery Indefinite-Quantity (IDIQ) Contract

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
DAHA37-03-R-0002
 
Archive Date
7/7/2003
 
Point of Contact
Mona Morin, 401-275-4222
 
E-Mail Address
Email your questions to USPFO for Rhode Island
(mona.morin@ri.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Indefinite Delivery - Indefinite Quantity Contract for Architect/Engineer Services for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations. These services are typically known as Type A, B, and C Services, to include Reproduction. Potential projects will require multi-discipline engineering services for various commercial or industrial type facilities and aviation related structures primarily at Qu onset State Airport, North Kingstown, Rhode Island, but may also be required at other National Guard locations throughout Rhode Island. Services that may be requested include, but are not limited to, preparation of designs, plans, and drawings; life-cycle cost analysis; construction costs estimates; project specifications; fact-finding studies; surveys; investigations; other professional A-E services not necessarily connected with a specific construction project; and supervision/inspection of projects unde r construction. Supervision/Inspection services may include review of material submittals and shop drawings, evaluation of proposed contract modifications, assisting in the preparation of the technical documents needed to execute modifications, and other type C service related tasks. The contract period of performance will be for one base year with a government option for four (4) additional 1-year periods. The contract will not exceed $2,000,000.00 per year. Individual task orders will be issued under the contract and will be negotiated as separate stand-alone projects. Task Orders for any one project will generally not exceed $400,000.00. A Firm Fixed-Price Contract is proposed. A minimum fee of $5,000.00 is guaranteed during the life of the contract to include any or all option years. Selection of the firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation, and DoD and Army Supplements thereto, and will be based on the following criteria, listed in the following order of importance: 1) Professional Qualifications necessary for satisfactory performance of required services; 2) Specialized Experience and technical competence in the type of work required under this contract to include, but not limited to, new facilities, pavements, and util ity designs; existing facilities renovation; repair to existing facilities, pavements, and utilities; energy conservation; pollution prevention; waste reduction, and the use of recovered materials; 3) Capacity to Accomplish the work 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; 5) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project; 6) Volume of work awarded by DoD during the past twelve months. This announcement is open to firms regardle ss of size. Qualified minority firms are encouraged to participate. The small business size standard classification is North American Industry Classification System (NAICS) 541330 ($4,000,000). In order to be considered for selection, you must note in b lock 10 of the SF-255 all DoD contracts awarded your firm and affiliates (do not include outside consultants) during the last twelve months along with the dollar amount of each award and the total amount awarded. The estimated starting date is July 2003. Firms and their consultants desiring consideration shall submit one copy each of SF-254 to include Minority Status in block 4A thereof and SF-255 to include size status in block 10 thereof. All interested parties must be registered in the Central Contrac tors Registration (CCR) database in order to receive and award. Applications for CCR registration may be obtained online at the following Internet address: htt p://www.ccr.gov. Responses to this offer must be received by the designated individual/office no later than 30 days after this announcement appears in the CBD. Mail SF 254/255 to the following address: USPFO For Rhode Island, Contracting Officer, 330 Cam p Street, Providence, RI 02906. POC CW4 Marcel Cartier 401-275-4222THIS IS NOT A REQUEST FOR PROPOSAL
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
Country: US
 
Record
SN00298684-W 20030410/030408213744 (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.