Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

C -- IDIQ FOR NIAGARA FALLS AIR NATIONAL GUARD BASE

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-05-0011
 
Response Due
10/10/2005
 
Archive Date
12/9/2005
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the New York Air National Guard (NYANG), 107th Air Refueling Wing at Niagara Falls ANGB. Additional Orders may be awarded at six (6) other locations in Ne w York State to include the: 109th Airlift Wing at Scotia, NY; 174th Fighter Wing at Hancock Field; NEADS at former Griffiss AFB at Rome; 105th Airlift Wing at the Stewart ANGB; 106th Rescue Wing at Gabreski ANGB and New York HQ Joint Forces at Latham, NY. The total yearly limitation on awarded fees shall not exceed $2 million. Although there is no limit on Task Orders, the total awarded yearly cost cannot exceed $2 million. Firm Fixed Price (FFP) Task Orders may be awarded for a period of one (1) year f rom contract award date. The contract will also include an option clause to extend for an additional four (4) years. If all options are exercised the contract cannot exceed $10/million. The option year(s) fee limitations are synonymous with those establ ished in the initial year. If no Orders are awarded under the contract, a one-time fee of $5,000 will be paid to the awardee. Negotiations will be conducted for disciplined hourly rates, overhead, profit and other cost elements, which are particular to t he contract. Task Orders will be negotiated and awarded based on the required effort of work, but not until after the contract is awarded. The scope of design services may include, but are not be limited to; architectural, civil, structural, mechanical, e lectrical, and environmental designs for construction, repair and alteration of multi-use facilities and base utilities/pavements. The A&E services may require any combination of the following services: Type A/investigative and concept; Type B design (wit hin the 6% statutory fee limitation); Type C, professional and on-site inspection, and Code and Criteria review. The contract may also call for the preparation of engineering type studies, facility project books, and/or statements of work. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance; (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 contrac ts 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 Niagara Falls ANG Base, Niagara Falls, NY and knowledge of the locality. Failure of a firm to address the specified qualifications may result in the incontrovertible determination that the submittal is non-responsive. This solicitation is unrestricted. The applicable NAICS Code for this contract is 541310. The Small Business size standard is $4,000,000 in annual gross revenues, averaged over the past three (3) years. If a Large Business is selected, a Small Business and Small Disadvantaged Business Subcontracting Plan will be required in accordance with Federal Acquisition R egulation (FAR) 19.7. Other than under circumstances stated in FAR 15.2, submittals received after October 10, 2005 WILL NOT be considered for award. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection board s. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. Prior to the contract award, the chosen firm must be registered in the Central Contractor Registration (CCR) and submit Online Representations and Certifications Application (ORCA), per FAC 2001-26 and the Federal Register. This is NOT a Request for Proposal. Interested firms shall submit 1 copy of the S F 330 (Parts I and II), to the USP&FO-NY, 330 Old Niskayuna Road, Latham, NY 12110, Room 214, MSgt Reilly, NOT LATER THAN October 10th at 3:30 PM (EST). If there are questions regarding this please e-mail them to: MSgt Reilly at kathy.reilly@ny.ngb.army.m il.
 
Place of Performance
Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
Zip Code: 12110-2224
Country: US
 
Record
SN00889239-W 20050909/050908033840 (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.