Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOURCES SOUGHT

C -- C - IDIQ A & E SERFVICES

Notice Date
3/29/2004
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
F9CESC32940100
 
Response Due
5/4/2004
 
Archive Date
7/3/2004
 
Point of Contact
Roger Lambert, 512-782-5504
 
E-Mail Address
Email your questions to USPFO for Texas
(roger.lambert@tx.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESC: STATE-WIDE INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) A & E SERVICES CONTRACT: Architectural-Engineering Services are required for the Texas National Guard. Task Orders for military units projects within the geographical boundaries of th e State of Texas will be written against an Indefinite Delivery/ Indefinite Quantity Orders (IDIQ) Contract as the need arises during the contract period. CONTRACT INFORMATION: Design firm to provide Type A, B, and Type C services for a wide range of pote ntial engineering projects. The projects consist of a number of alterations, construction and repair projects involving a wide range of engineering disciplines. These projects could deal with both vertical and horizontal types of work to be performed. T he services may include Type A, B, and/or Type C services on any given project. The proposed contract will be for a period of one (1) base plus two (2) option years and may be awarded to a single or multiple firms. Prior to final selection, firm(s) cons idered most highly qualified to accomplish the work will be interviewed by the selection board. Individual delivery order amounts will not exceed $550,000 and the total dollar amount of all tasks orders under each individual (12 month) contract period sha ll not exceed $2,000,000. Upon exhausting the dollar values of the base period, the option may be exercised at that time. The contract is anticipated to be awarded by July 2004. The minimum of $2,000, only in fees, will be guaranteed to the A&E for the ba sic year and for the option years, if exercised. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219.9, ??????Small Business and Small Disadvantaged Busines s Subcontracting Plan??????, for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $2. 5 million in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Boards(s) based upon the Selection Criteria and Interviews. All firms must b e registered in the DoD Central Contractor Registration (CCR) database prior 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 technically equal firms. (A) PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciplines: Architectural, Ci vil, Structural, Mechanical, Electrical, Land Surveying, Geotechnical (Soils Engineer) and Environmental. Firms must submit qualifications of project personnel by name and their appropriate discipline. An organizational chart shall show the chain of comma nd for technical and management review. Address the proposed method of carrying out the work to meet the anticipated project requirements. (B) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Address the experience of the design team by providing specif ic examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDC??????s. Include Contract number(s), Point(s) of Contact, telephone number(s) and email addresse s. Also, address the design team??????s familiarity with the Task Ordering Contract (TOC) process and the preparation of TOC construction documents and estimates. (C) CAPACITY TO ACCOMPLISH WORK: Firms must address the ability of the design team to comp lete projects within mandatory time frames, including multiple Task Orders under an IDCs. Provide specific examples of both in Block 10 of the SF 255. (D) P ast Performance. Provide examples of project specific work, including past and/or current IDCs with the DoD and other Government Agencies and/or private industry. Provide recent Architect/Engineer Contract Administration Support System (ACASS) evaluation s and/or applicable Government evaluations. Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance on past projects. Include a Point of Contact with current telephone/fax numbers and email address for each contact/project listed in BLOCK 8c of the SF 255. (E) LOCATION OF FIRM: Location of the firm within the general geographical area of the proposed requirement(s). F) VOLUME OF WORK: Provide the volume of DoD and othe r 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 equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a request for proposal. ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested A & E firms having the capacity to perform the anticipated work must submit Standard For 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project for their firm and each of their collaborative/consultant firms by the closing date. The SF 255 is limited to the eleven (11) pages of information concerning the firms qualifications related to this specific contract. Firms responding to this announcement not later than 11:00 am, May 4, 2004 will be considered. Cover letters and unnecessary elaborate brochures or other present ations beyond those sufficient to present a complete and effective response are not desired. Submittals shall be sent to: USPFO For Texas, Attn: AGTX-SP (Lambert), 2200 W 35th Street, Bldg. 66, Austin, TX 78703. Submittals sent by FAX will not be accept ed and considered non responsive. Standard Forms 254 and 255 may be downloaded at the following website: http://www.gsa.gov/forms.
 
Place of Performance
Address: USPFO for Texas ATTN: Contracting Officer, P.O. Box 5218 Austin TX
Zip Code: 78763-5218
Country: US
 
Record
SN00556024-W 20040331/040329212125 (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.