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 -- Architect-Engineer services, Type A1, A2, B and C, for the design of the Addition to the Communications facility at the Nebraska Air National Guard Base, Lincoln, Nebraska.

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-04-R-0002
 
Response Due
4/16/2004
 
Archive Date
6/15/2004
 
Point of Contact
Carrie Hancock, 402-309-7541
 
E-Mail Address
Email your questions to USPFO for Nebraska
(carrie.hancock@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Nebraska Air National Guard solicits the need for Architect/Engineer services to design an Addition to the Communications Facility located at the Nebraska Air National Guard Base, Lincoln Nebraska. This Addition/Modification effects three major base functions: (1) Communications: 13,300 sf, including admin areas, Base Network Control Center (BNCC), Regional Operating Security Center (ROCS) and mail receiving and handling area: (2) Mobility processing area 9429 sf: (3) Base Fitness Center 2002sf: (4) Base Supply Admin 9096 sf. A Firm Fixed Price with options type Contract will be awarded with an estimated award date of June 1, 2004. Services include, but are not limited to: Type A1, completion of Project Book, Type A2 Services (investigative, studies, surveys etc), Type B Services (actual design of facilities) and Type C Services (inspection of construction work). The contract may require evaluation and remediation of the construction site. The selected firm shall have access to e-mail via t he Internet. All drawings will be submitted on AutoCAD format, Ver. 2000 or later. The awarded firm will also be required to provide all specifications and drawings in Adobe Acrobat format, which is downloadable from the Internet for Government solicitat ion purposes. The awarded Architect/Engineer firm will not be eligible to provide a proposal on the construction of this project. This announcement is being solicited on an unrestricted basis. Should a large business be selected for award, it shall com ply with 52.219-9, ??????Small Business and Small Disadvantaged Business Subcontracting Plan?????? as per Appendix CC of the AFARS. This plan most be submitted and approved prior to award to a large business. The small business size standard is $4.5 Mil lion average gross over the last three years under NAICS: 541330, SIC:8712. The specific evaluation factors in the order of importance as per Defense Federal Acquisition Regulations (DFAR) 52.236.602-1(a) (i)((6)(A), include: (1) Professional services; ( 2) Specialized Experiences and technical competence in the type of work required; (3) capacity to Accomplish the work required in the time allowed; (4) Past Performance on contracts with Government agencies and Private Industry in terms of cost control, q uality of work and compliance with performance schedules; (5) Location in the General Geographic Area of the project; (6) Volume of Work awarded by DoD. Submit DD Form 254/255, Architect-Engineering Qualifications, to the following address: Contracting: M s. Carrie Hancock, USPFO for Nebraska, 1234 Military Road, Lincoln NE 68508-1092 no later than April 16 April 2004, 4:00 p.m.. All requirements of the announcement must be met for the firm to be considered responsive. Interested firms must submit an orig inal SF 255 for the 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 the address as stated above. Include in the Block 3 of the SF 254: The prime firm??????s ACASS ID numb er, CEC (Contractor Establishment Code) and DUNS number. Block 4: Distinguish by discipline the number of personnel in the Prime??????s office ( line B) and all consutants (line A), that will perform work and the total number of personnel for each line. The qualification statement should clearly identify the office location where the work will be preformed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms shall list their size status o n the Standard Form 254 and 255. The North American Industrial Standard Code is 541310/541330. The small business threshold is $4.5 Million. This is not a Request for Proposal *****.
 
Place of Performance
Address: USPFO for Nebraska 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
Country: US
 
Record
SN00542638-W 20040313/040311222901 (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.