Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
MODIFICATION

C -- 611th CES, Architect-Engineer IDIQ, Various Remote Sites, Alaska

Notice Date
10/29/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-05-R-0004
 
Response Due
11/30/2004
 
Archive Date
12/15/2004
 
Point of Contact
Michelle Jones, Contract Administrator, Phone 907-552-5731, Fax 907-552-7497, - Brian Brown, Contract Specialist, Phone 907-552-2237, Fax 907-552-7496,
 
E-Mail Address
michelle.jones@elmendorf.af.mil, brian.brown@elmendorf.af.mil
 
Description
ARCHITECT ENGINEER SERVICES: An Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide design of Operations and Maintenance (O&M) and Minor Construction (MC) projects on Eareckson AS (Shemya), Galena Airport, King Salmon Airport, and the Long Range Radar Sites (LRRS) throughout Alaska starting approximately 01 Mar 05. Firms desiring consideration should be multi-disciplined and shall clearly indicate their consultants. Desired disciplines include: architecture, landscape design, interior design, asbestos, hazardous and toxic waste abatement, structural, civil, corrosion, geo-technical, environmental, mechanical, POL specialty engineering, electrical, and fire protection engineering. The contract fees limited to minimum $5,000.00, maximum $1,500,000.00 and individual work order fees limited to $400,000.00 is contemplated. Contract will be awarded to the highest rated firm providing either all in-house resources or providing project management control of a combination of firms organized to cover the broad spectrum of work. Significant evaluation criteria for A-E selections are: a. Professional qualifications;Availability of design staff (key personnel) with required disciplines to accomplish work. b. Specialized experience and technical competence in the type of work required, including specialty design and construction management experience in O&M and MC type work and where appropriate, experience in energy conservation, pollution prevention, waste reduction, POL mechanical engineering, and the use of recovered materials. c. Professional capacity; present workload and ability to meet time schedule. d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. e. Experience with the sub-arctic, arctic and seismic conditions common in the area of Anchorage, Alaska. f. Experience developing long range maintenance plans for infrastructure and facility systems. g. Proximity of the firm to Elmendorf AFB. h. Capability to address the identifications, quantification of asbestos and other hazardous, toxic waste materials. i. Volume of prior DoD work. Title I, Title II and other A-E Services may be required. Contract will include the base period for 365 calendar days with four option years at the discretion of the Government. All responses to this notice must be received by Close of Business, 30 NOV 04, to be considered for selection and must include a SF 254, Architect-Engineer and Related Service Questionnaire, and SF 255, Architect-Engineer and Related Service Questionnaire, for Specific Projects. This is not a request for proposal.
 
Place of Performance
Address: for Remote Sites, Alaska., Contract Administered at Elmendorf AFB, AK
Zip Code: 99506
 
Record
SN00700918-W 20041031/041029211858 (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.