Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

R -- Architect&Engineer(A&E)Services-Indefinite Delivery Indefinite Quantity Contract

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN05R0004
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: Architect & Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity Contract for the design, preparation of plans, specifications and cost estimates for various projects as needed for the Vermont Air National Guard, South Burli ngton, Vermont 05403 and Vermont Army National Guard, Colchester, Vermont, 05446. Solicitation #: W912LN-05-R-0004. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Vermont A ir and Army National Guard. The contractor will have the right to refuse orders for such services to be performed outside the primary geographic boundaries. CONTRACT INFORMATION: The services that may be required will consist of, but not limited to one or more of the following: Designs and/or feasibility studies for new structures, various repairs, alteration(s) and/or improvement(s) to administrative facilities, warehouses, and other existing facilities; building condition reports; rehabilitation of histor ic buildings and structures; project management and inspection services for construction projects; AutoCADD services; real property/development planning; environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abat ement of asbestos, hazardous/toxic materials and petroleum products. An Indefinite Delivery Indefinite Quantity (IDIQ) Contract will be negotiated and awarded for one (1) Base Year, plus four (4) Option Years. Delivery Orders for the base period and optio n periods shall not exceed $2,000,000 per period. The cumulative total of all Delivery Orders for both the base and option periods shall not exceed $10,000,000. The maximum dollar limitation for any delivery order shall be limited to $550,000. A minimum o f $500.00 over the life of the contract will be guaranteed should no work be ordered under this contract. The option year(s) are limited to the same restrictions as the first year. Negotiations will be conducted for hourly rates for each discipline requi red, overhead, profit and other cost elements which are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the A&E effort involved. The A&E firm may be required to perform architectural, structural , mechanical, electrical, civil, and environmental designs for construction, repair and/or alteration of multi-use facilities and base utilities/pavements. The A&E services may require investigative and Concept (Type A) Services; Design (Type B) Services; and Construction Inspection (Type C) Services. It may also be the governments intent under this contract to place orders for the preparation of project books/statements of work for separate projects. In this instance, the A&E would be ineligible to com pete for the design contract for which they have developed the project book and/or statement of work. Standard Industrial Code is 8712 Architectural Services. Upon exhausting the dollar value for any period, the next option period may be exercised at tha t time. The contract is anticipated to be awarded in late 2005. An additional award may result from this synopsis for a period of up to one (1) year after the date of selection. This announcement is being solicited on an unrestricted basis. Should a larg e business be selected for this contract, it shall comply with FAR 52.219-9, 'Small Business and Small Disadvantaged Business Subcontracting Plan', for that portion of work it intends to subcontract. That 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 $4 million in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranke d Firm(s) as determined by the Selection Board based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Reg istration (CCR) database prior to any award resulting from this announcement. Register via the Internet at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-352-2255. ****SELECTION CRITERIA: Primary factors A, B , C, and D are listed in order of importance. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geote chnical (Soils Engineer), and Environmental. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. In dicate work completed under current and/or recently completed IDIQ's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. Also, address the design teams familiarity with the Task Order Contracting (TOC) process and the preparation of TOC Construction documents and estimates. Firms must indicate in Section H of the SF 330, their Computer resources on the following items; (1) Access to and familiar with the Construction Criteria Base (CCB) System. This shall include a s a minimum: (2 & 3) SPECSINTACT Specification System and PACES Estimating System; (4) ARMS (Automated Review Management System); (5) Must possess and address in-house Auto CADD capability, version(s) 2000 or later (6) Must possess and address in-house hig h speed internet or DSL, e-mail capabilities and (7) Microsoft Project. ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Task Orders under an IDIQ. P rovide specific examples of both in Section F of the SF 330. ****D. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDIQ's, with the Department of Defense (DoD) and other Government Agencies and/or private indust ry. Provide recent ACASS 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 a nd e-mail address for each contract/project listed in Section F of the SF 330. ****E. LOCATION. Location of the firm must be within the general geographical area of the proposed requirement(s). ****F. VOLUME OF WORK. Provide the volume of DoD and/or oth er Government Agency contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload as listed in Section H of the SF 330, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit two (2) hard copies of the SF 330 (6 /2004 edition) to the address listed above not later than the close of business 30 June 2005. The prime contractor must also submit two (2) SF 330s from each firm/consultant listed on their SF 330. Indicate the estimated percentage of involvement for ea ch firm on the proposed team. Solicitation packages will not be provided and this is not a request for proposal. Any information provided as supplemental information, such as cover letters will not be taken into consideration. The complete package must b e received at the following address by 4:30 p.m. on Thursday, 30 Jun 2005. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed by telephone or by formal presentation.
 
Place of Performance
Address: USPFO for Vermont / VT-PFO-PC 789 Vermont National Guard Road Colchester VT
Zip Code: 05446
Country: US
 
Record
SN00814548-W 20050526/050524212204 (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.