Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

C -- Indefinite Delivery - Indefinite Quantity Contract for Architect/Engineer Services, for the Kansas Air National Guard, McConnell AFB, Wichita, KS

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC04R4017
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for an Indefinite Delivery - Indefinite Quantity Contract for Architect/Engineer Services, potentially for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations. Architect-Engineering services are typically described as Type A 'Concept-Investigative', Type B 'Design', and Type C 'Inspection' Services, to include Reproduction. Potential projects will require multi-discip line engineering services for various commercial or industrial type facilities and a various related structures primarily at McConnell Air Force Base, Wichita, Kansas. Services that may be requested include, but are not limited to, preparation of des igns, 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 construct ion project; and s upervision/inspection of projects under 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 nee ded 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 typically will not exceed $2,000,000 per year. Individual Task Orders for any one project will generally not exceed $550,000. 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/all option years. Selection Criteria (see note 24 for the general selection process): 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 descending 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 faci lities, pavements, and utility designs; existing facility renovations; repairs to existing facilities, pavements, and utilities; energy conservation; pollution prevention; waste reduction, and the use of recovered materials; 3) Capacity to Accomplish the w ork 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. Submission Re quirements (see note 24): This announcement is open to firms regardless of size. If a large business is selected it must comply with FAR 52.219-9, however a subcontracting plan is not required for this submittal. Qualified minority firms are encourag ed 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 block 10 of the SF-255 all DOD contracts awarde d 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 August 2004. Firms and their consultants desiring cons ideration 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 int erested parties must be registered in the Central Contractors Registration (CCR) database in order to receive and award. Applications for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. Responses to this o ffer must be received by the designated individual/office no later than 30 days after this announcement appears in the FedBizOpps. Mail SF 254/255 to the following address: Contracting Officer USPFO KS, 2737 S. Kansas Ave., Topeka, KS 66611-1170, POC: Mr. Tom Coleman (785) 274-1211. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00542636-W 20040313/040311222857 (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.