Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SPECIAL NOTICE

C -- Architect/Engineering Services for IDIQ contracts for Washington, Colorado, Alaska and Hawaii

Notice Date
2/17/2005
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-05-RP-1095
 
Response Due
3/18/2005
 
Archive Date
9/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Multiple Award Indefinite Delivery/ Indefinity Quantity (IDIQ) contract for professional, Architectural/ Engineering (A/E) services for a period of one (1) year with four (4) additional 1-year option periods. The Government intends to award up to four (4) A/E contracts from this announcement. Each contract shall have a primary geographical area. Firms will receive work within their primary and could be called upon to perform work throughout the entire United States and its territories on an exception basis. The four primary geographical areas are as follows: 1) Seattle area (work may also be required on an occasional basis in Arizona, California, Idaho, Montana, Nevada, Oregon, Utah, and Washington.) 2) Boulder, Colorado (work may also Kansas, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas and Wyoming.) 3) Honolulu, Hawaii (work may be required on an occasional basis at other Department of Commerce (DOC) locations in the Pacific including: American Samoa, Federated States of Micronesia, Guam, Marshall Islands, Northern Mariana Islands, Republic of Palau, and Wake Island.) 4) Alaska. One firm will be selected for each of the four primary geographical areas. Each offeror shall clearly indicate the primary area for which it wishes to be considered. A firm may be considered for more than one area, provided it meets the minimum requirements in each area as stated in this announcement. Separate submission packages shall be provided for each primary area. The major purpose of the contracts is to furnish planning, architectural, civil, structural, geotechnical, mechanical, electrical, and transportation engineering, cost estimating, and construction management services associated with the repair, alteration, and expansion of DOC facilities and with new construction at existing and future DOC sites. Typical A/E services include, but are not limited to, the following: planning, schedule development, programming, energy audits, site investigations/surveys, facility investigation/surveys, surveying (boundary and topographical), preliminary design, cost estimating, economic analyses, design (i.e., schematic design, design development, and construction documents), value engineering, construction administration/management (e.g., submittal reviews, inspection, responding to requests for information), commissioning, quality control/assessments, peer reviews, and post occupancy evaluations. Typical projects may include: investigation/evaluation and reporting of existing facility conditions; site development, including offsite utilities; development and/or design of new construction; repair, alteration, improvement, renovation, and remodeling of existing building exteriors, interior spaces, and building systems and features, such as: mechanical, plumbing, electrical, structural, fire safety, elevator/escalator, and roofing components/systems. Typical facilities may include: office buildings; warehouses and storage buildings; electronic laboratories; fisheries laboratories; wharf and pier structures; and communications installations. Work will be issued by negotiated firm-fixed-price task orders with a cumulative amount of approximately $200,000 per year. A minimum of $2,500 in task order work shall be awarded under each of these contracts in the basic contract period with no guarantee minimum for any exercised option periods. To be considered under this solicitation, firms must meet and show conformance to following minimum requirements: 1) Architectural, civil/structural, mechanical, and electrical design office(s) must be located within the primary service area for which the firm is requesting consideration; 2) Services shall be provided under the direction of an Architect or Engineer currently licensed in the area for which the firm is applying; and 3) Demonstrate the ability to design projects in Metric. Selection of the firms will be based upon the following evaluation factors, which are listed in descending order of importance: (1) location of the firm, or an office of the firm, in one of the four geographical areas; (2) specialized experience in the planning, design, and execution of typical facilities as listed previously; (3) capacity of the firm to accomplish the work within the required time frame; (4) professional qualifications of the staff to be assigned to the project, with emphasis on key personnel, including consultants and subcontractor personnel; (5) demonstrated knowledge of federal sustainable design and energy conservation programs and proven success in achieving energy efficiency in facility design (i.e., prescribing the use of recovered materials, and waste reduction); and (6) recent past performance on previous government projects, similar to that described herein, in terms of cost control and quality control measures. The proposed contracts will be 100% set-aside for small business concerns. The corresponding NAICS code for this procurement is 541310/541330 with a size standard of $4.0 million. Interested firms having the capabilities to perform this work must submit six (6) copies of their Standard Form 330, ?Architect-Engineer Qualifications,? to be received at the address listed below no later than 4:30 p.m. PST on March 18, 2005. Submittals received after this date will not be considered. Submissions may be up to 80 pages (single-sided; 40 pages double sided), but conciseness and simplicity are encouraged. These forms must be submitted to Stephanie Kyles, the contracting officer, at NOAA, WASC, Acquisition Management Division, 7600 Sand Point Way N.E., BIN C15700, Seattle, WA 98115-0070. This is not a request for proposals.
 
Place of Performance
Address: Seattle, WA (surrounding area),, Boulder, CO,, Honolulu, HI,, Alaska region
 
Record
SN00753486-W 20050219/050217211712 (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.