Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ).

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-07-R-0006
 
Response Due
4/10/2007
 
Archive Date
6/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the New York Air National Guard (NYANG), 174th Fighter Wing, Hancock Field ANG Base, Syracuse International Airport, Syracuse, NY. Additional Orders may b e awarded at six (6) other New York State locations to include; NEADS at Rome, NY, 109th Airlift Wing/Stratton ANGB, 107th Air Refueling Wing/Niagara Falls ANGB, 105th AW/Stewart ANG, 106th Rescue Wing/Gabreski ANGB and the New York HQ Joint Forces located in 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 from contract award date. The contact 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 wit h those established 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 p articular to the 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 limited to; architectural, civil, structural, me chanical, electrical, 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 (within the 6% statutory fee limitation); Type C, professional and on-site inspection, and Code and Criteria review. Awards may also call for the preparation of engineering type studies, facility project books, O&M Manuals and/or statements of work . Firms will be evaluated on the following factors and A&E selection criteria, included in descending order of importance; (1) Professional Qualifications necessary for satisfactory performance of required service s; (2) Specialized Experience and Technic al 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 Perfo rmance 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 Hancock Field ANG Base, Syracuse, NY and knowledge of t he locality. Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal is non-responsive. This solicitation is restricted to small business. The applicable NAICS Code for this contract i s 541310. The Small Business size standard is $4,500,000 in annual gross revenues, averaged over the past three (3) years. Under most circumstances, submittals received after April 10, 2007 WILL NOT be considered for award. Cover letters and extraneous ma terials ARE NOT desired and WILL NOT be considered by the selection boards. 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 Cent ral 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 SF 330 (Parts I and II), to the USP&FO-NY, 330 Old Niskayuna Road, Latham, NY 12110, Room 214, MSgt Reilly (e-mail: kathy.reilly@ny.ngb.army.mil), NOT LATER THAN April 10, 2007 at 3:30 PM (EST).
 
Place of Performance
Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
Zip Code: 12110-2224
Country: US
 
Record
SN01246743-W 20070310/070308221003 (fbodaily.com)
 
Source
FedBizOpps 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.