Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
SOLICITATION NOTICE

C -- Open-End Architect and Engineering Services

Notice Date
4/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street Suite 113, Columbus AFB, MS, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
F22608-02-R-0009
 
Response Due
5/24/2002
 
Point of Contact
Rose Dejapa, Contract Specialist, Phone 662-434-7797, Fax 662-434-3049, - Waimon Hendrix, Contract Specialist, Phone (662)434-7796, Fax (662)434-3049,
 
E-Mail Address
rose.dejapa@columbus.af.mil, waimon.hendrix@columbus.af.mil
 
Description
An Open-End Architectural and Engineering Services Contract is solicited for Columbus Air Force Base, MS and Auxiliary Airfield at Shuqualak, MS. The type of contract contemplated will be a negotiated Indefinite Delivery/Indefinite Quantity (IDIQ) acquisition and firm-fixed price Task Orders. Fixed wages will be negotiated for all individual disciplines involved. It is a possibility that more than one firm may be selected and they will be considered for award simultaneously from this acquisition. This acquisition is unrestricted. Small Business, Small Disadvantaged Business, HubZone and 8(a) Small Business concerns are encouraged to respond to this announcement. The NAICS code for this acquisition is 541310 with a Size Standard of $4.0 MIL. The selected firm(s) is guaranteed a minimum of $5,000.00 in fees for the life of the contract. No individual task order will exceed $299,000.00 in fees and the sum of all fees under this contract shall not exceed $750,000.00 per year. The term of the contract shall be for a Basic Period of 12-months with three option periods of 12-months each. It is anticipated that the contract will be awarded by September 2002. The Architect-Engineer (AE) Contractor shall provide all the services and furnish all materials required for the production and subsequent delivery to the Contracting Officer of Open-End design services consisting of studies, reports, investigations, design and engineering services, including design analysis, preparation of final plans, specification and cost estimates, design calculations, drawings and CADD media, work processing disks for maintenance, repair, alterations of new construction projects. These projects require multidiscipline engineering services for commercial, industrial, medical, education and residential facilities at Columbus Air Force Base, MS and Auxiliary Airfield at Shuqualak, MS. Each project will be clearly defined in each task order issued to the contract as the need arises. Selection will be based on the following factors which are listed in priority order; (1) Specialized experience and technical competence in the type of work required, including energy conservation and pollution prevention; (2) professional qualifications (minimum staffing requirements are architect, civil engineer, electrical engineer, mechanical engineer, environmental engineer, surveyor, landscape architect and interior designer); (3) Resources of the firm to accomplish the work in the required time; (4) Proximity of the firm to the project area; (5) Past performance and experience with respect to DOD and other similar private industry contracts; (6) Volume of DOD work previously awarded to the firm. Firms desiring consideration are required to submit appropriate data in duplicate including both SF 254 Architect-Engineer and Related Services Questionnaire and SF 255 Architect-Engineer and Related Services Questionnaire for Specific Projects as described in Note 24. SF Forms 254/255 must fully address all evaluation factors to be considered for selection to include business size and status of all consultants/subcontractors. All information must be contained on the SF Forms 254/255 (cover letter, attachments, brochures, etc. will not be included in the evaluation process). Inclusion by reference to other materials is not acceptable. Firms not providing the requested information in the format directed by this synopsis (ie., listing more than total of 10 project in block 8, not listing which office of multiple office firm's completed projects listed in Block 8, etc.) may be negatively evaluated under selection criteria. The Standard Form 255 is limited to the eleven pages of the form itself plus five additional pages of information concerning the firms qualifications related to this specific project. For further information contact Rose Dejapa or Waimon Hendrix at the address listed above. Firms responding to this announcement No Later Than 3:30 P.M. CST, 24 May 2002 will be considered. This is not a Request for Proposal (RFP). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/ColAFBCS/F22608-02-R-0009/listing.html)
 
Record
SN00344205-F 20030612/030611070507 (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.