Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOLICITATION NOTICE

C -- A-E IDIQ

Notice Date
1/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-04-R-0001
 
Response Due
3/1/2005
 
Archive Date
4/30/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SYNOPSIS FOR INDEFINITE DELIVERY-INDEFINITE QUANTITY A-E SERVICES CONTRACT Synopsis: Open-end Indefinite Delivery Indefinite Quantity contract for investigative, design and construction surveillance (Type A, B and C Services) architect-engineer services. Services may be required for South Carolina Army and Air National Guard fo r various projects throughout South Carolina. Selection will be made for multiple A-E firms and subsequent delivery orders will be awarded to the firm for specific projects. The Government anticipates awarding a maximum of three contracts. Each A-E will receive a minimum guaranteed fee of $1,000.00. Services will be ordered for a period of one year after contract award with four additional one-year options. Individual task orders may be of any value within the contract maximum ceiling value (base year a nd up to 4 option years) of $10M. Projects will primarily consist of vertical building construction, repair and maintenance associated with National Guard facilities such as, but not limited to, aircraft hangars, aircraft maintenance shops, vehicle mainte nance shops, ground support equipment shops, administrative offices, base supply facilities, base engineering facilities, fire stations, security forces facilities, conventional munitions storage and maintenance facilities, communications and electronic tr aining facilities, dining facilities and medical training facilities. Horizontal and infrastructure construction, repair and maintenance projects such as airfield and vehicular pavements and utility systems may also be required. Work may include, but not be limited to, a) the preparation of plans, specifications, engineering design calculations/analyses and cost estimates, b) development of cost management, quality control and quality assurance plans, c) construction surveillance inspections and constructi on management, d) development of localized design standards, e) preparation of technical, economic, feasibility, planning and environmental studies, analyses, surveys, investigations and reports and other studies. Designs will be developed in accordance w ith current Air National Guard criteria. All plans shall be developed in AutoCAD system format and compliant with the Tri-Services A/E/C CADD standards. Virtual reality preparations may be included. Final plans shall be delivered to user on typical vell ums and electronically copied to CD using .DWG and .DFX drawings format without compression. Evaluation and selection of firms will be based on the following selection criteria, which are listed in order of importance. Criteria 1, 2, 3 & 4 are primary cr iteria; 5 & 6 are secondary and will be used as tiebreakers among technically equal firms (1) Professional Qualifications necessary for satisfactory performance of required services, (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials, (3) Capacity to accomplish the work 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 th is criterion leaves an appropriate number of qualified firms, given the nature and size of the project and (6) Volume of work awarded by DOD during the past twelve months. A-E firms that meet required description in this announcement are invited to submit a complet ed Standard Form 330, Architect-Engineer Qualifications. (The Standard Form (SF) 330 is now used in lieu of SF 254 and SF 255.) Part 1, Contract Specific Qualifications, and Part II, General Qualifications, must be completed. The form must be received b y this office within thirty (30) calendar days of this announcement. The NAICS code for the acquisition is 541310 and the small business size standard is 4 million dollars. This acquisition will be unrestricted, and will be made pursuant to the Small Bus iness Competitiveness Demonstration Program (FAR 19.10). (Offerors who are large business will need to submit a small business subcontracting plan, and receive approval of the plan prior to contract award.) A Request for Proposal (RFP) will be issued to t he Top Ranked Firms as determined by the Selection Board(s) based upon the Selection Criteria. Registration in Central Contractor Registration (CCR), http://www.ccr.gov/ , is required prior to contract award. Point of contact for information about this ac quisition is Chester Keller, and can be contacted at chester.keller@sc.ngb.army.mil or (803)806-1537. The complete Package must be received at the following address by 3:00pm on 01 March 2005. USPFO for South Carolina, 9 National Guard Road, ATTN: Cheste r Keller, Columbia, SC 29201. No exceptions. Submittals received by FAX will not be accepted and will be considered nonresponsive.
 
Place of Performance
Address: USPFO for South Carolina 9 National Guard Road, Columbia SC
Zip Code: 29201-4763
Country: US
 
Record
SN00741410-W 20050129/050127212051 (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.