Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

C -- California National Guard A/E IDIQ Synopsis

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-07-R-000X
 
Response Due
5/11/2007
 
Archive Date
7/10/2007
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the California Army and Air National Guard (CAARNG & CANG). Orders may be awarded for any location within three California Areas: Northern, Central, and S outhern. The Northern California Area will include the following counties/properties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa, Nevada, Placer, Plum as, Sacramento, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tuolumne, Yolo, Yuba, Moffett Federal Airfield, North Highlands Air National Guard Station, Haywa rd Air National Guard Station, and Camp Parks Reserve Forces Training Area. The Central California Area will include the following counties/properties: Fresno, Inyo, Kern, Kings, Madera, Mariposa, Merced, Mono, Monterey, San Benito, San Luis Obispo, Tular e, Fresno Air National Guard Station, Camp Roberts, and Camp San Luis Obispo. The Southern California Area will include the following counties/properties: Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Diego, Santa Barbara, Ventura, Channel Islands Air National Guard Station, San Diego Air National Guard Station, March Air Reserve Base, and Los Alamitos Joint Forces Training Base. Offerors will be able to choose any and all areas that they wish to perform services for. The total yearly lim itation 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 dat e. 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 with those established in the initial ye ar. 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 the contract. Task Order s 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, electrical, and environm ental 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 fe e 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, O&M Manuals and/or statements of work. Firms will be evaluated o n the following factors and A&E selection criteria, 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 contracts with Gove rnment 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 this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Failure of a firm to address its specified qualifi cations will result in the incontrovertible determination that the submittal is non-responsive. The applicable NAICS Code for this contract is 541310. Under most circumstances, submittals received after May 11, 2007 WILL NOT be considered for award. Cove r letters and extraneous materials 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 mus t 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 th e SF 330 (Parts I and II), to the United States Property and Fiscal Office, Contracting Office, Building 633, Highway 1, Camp San Luis Obispo, San Luis Obispo, CA, 93405, WO1 Raj Cooper (e-mail: raj.cooper@us.army.mil), NOT LATER THAN May 11, 2007 at 4:00 PM (PST).
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
Country: US
 
Record
SN01269428-W 20070411/070409221639 (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.