Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

C -- Indefinite Delivery - Indefinite Quantity Contract for Architect/Engineer Services for the Florida National Guard

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-04-R-0006
 
Response Due
9/7/2004
 
Archive Date
11/6/2004
 
Point of Contact
Jeff D. Moore, 904-823-0552
 
E-Mail Address
Email your questions to USPFO for Florida
(jeff.moore@fl.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. The primary purpose of this contract is to provi de services for Army and Air National Guard projects located within the State of Florida. Services may be made available to other Department of Defense (DoD) contracting offices. Selected A-E firm shall provide Type A investigative services to include, b ut not limited to, making investigations, collecting data, and other studies as necessary to support the design of various projects. Type B design services shall include engineering calculations and analyses, complete design, and construction cost estimat es. Special design considerations shall include interior design, acoustical/noise attenuation treatment, energy conservation features, and communications wiring. Type C services shall include all personnel, equipment, and material necessary to provide Su pervision/Inspection services which 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 material testing as required in contract documents. CONTRACT INFORMATION: The contract will have a maximum cumulative fee of $2,000,000.00 per year. Each delivery order for any one project will not generally exceed $550,000.00. The contract will contain a minimum guarante ed fee of $5,000.00 during the life of the contract, to include any/all option years. The contract term will be one (1) base year with four (4) one (1) year options, not to exceed a total term of five (5) years. SELECTION CRITERIA (see note 24 for the ge neral selection process): Selection of firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation, and DoD and Army Supplements thereto. The following are the selection criteria in descending order of importance. Criteria 1,2,3 & 4 are primar y criteria, 5 & 6 are secondary and will be used as tiebreakers among technically equal firms. (1) PROFESSIONAL QUALIFICATIONS: The project team should include the following disciplines: architectural, civil, electrical, mechanical, structural, and enviro nmental engineers. Other beneficial disciplines include interior design, acoustical, landscape, etc. The make-up of the proposed design team, to include outside consulting firms, will be evaluated, therefore the anticipated design team should be identifi ed. (2) SPECIALIZED EXPERIENCE: The nature of the contract is such that experience designing/renovating military-type facilities is highly desired. Experience and technical competence in designing these types of projects and preparation of project documen ts should be included. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: The general capabilities of the firm to develop the design and prepare the project documents within the time limits set by the Government will be examined. The time limit fo r each delivery order negotiated under this ID/IQ contract will be negotiated separately for each order. Prospective firms should demonstrate their capability and performance regarding on-time delivery of their designs. (4) PAST PERFORMANCE: The history o f performance by the firm on projects for Government (Federal, State, and Local) agencies and some private concerns will be examined. Areas such as workload, quality of work (project documents and function) and compliance with performance schedules will b e examined. (5) LOCATION OF A-E FIRMS: The prime firm and major consultants such as electrical, mechanical, structural, and geo-technical should be located wit hin a 100 mile radius of Jacksonville International Airport. Specialized consultants not having a major impact on design or on construction management need not fall within this criteria. Consultants such as cost estimating/control must have a thorough kn owledge of local conditions affecting their local disciplines. (6) VOLUME OF DoD WORK: Amount of DoD and other Government work awarded in the past 12 months will be considered. The object is to effect an equal distribution of Government work to qualifie d A-E Firms. SUBMISSION REQUIREMENTS (see note 24): This announcement is open to all firms regardless of size. Qualified minority firms are encouraged to participate. The small business size standard classification is North American Industry Classifica tion System (NAICS) 541330 ($4,000,000). ALL requirements of this announcement must be met for a firm to be considered responsive. Responses to this offer must be received by the designated individual/office no later than 30 days after this announcement appears in the FedBizOpps. Firms which wish to be considered for selection are invited to submit three (3) completed, current, signed, and dated SF 254s and SF 255s for the prime and each consultant. Materials must be mailed or hand-delivered, FAX materi als will not be considered. Submit required materials to: Contracting, USPFO for Florida, Attention: CPT Jeff Moore, 189 Marine St., St. Augustine, FL, 32085. Estimated starting date is October 2004. Please state in Block 4, Page 4 of the SF 254 the si ze status of your firm. The SF 255 should reflect all experience related to a multi-disciplined ID/IQ type contract and the type of contracts designed and/or managed. Firms with more than 1 office shall indicate on the SF 255 the office out of which the work will be performed and the staffing composition of that office. Should a Large Business be selected for this contract, it shall comply with FAR 52.219-9 Small Business and Small Disadvantaged Business Subcontracting Plan. The plan is not required wit h initial submission but will be requested and required prior to award. In accordance with DFARS 204.7302 and firm must be registered with Central Contractor Registration (CCR) prior to award of this contract. Applications for CCR registration may be o btained online at the following Internet address: http://www.ccr.gov. Technical questions may be addressed to Maj. Pedro Santiago, Deputy Base CE at 904-741-7620. Contracting questions may be directed to CPT Jeff Moore at 904-823-0552. THIS IS NOT A REQU EST FOR PROPOSAL (RFP).
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN00637803-W 20040807/040805212705 (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.