Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

C -- A-E IDIQ - Multiple Locations within Wisconsin

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-08-R-0001
 
Response Due
9/20/2007
 
Archive Date
11/19/2007
 
Small Business Set-Aside
N/A
 
Description
Subject: Architect-Engineer Services for Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for various projects located at General Mitchell IAP (ANG), Milwaukee, Wisconsin; Truax Field ANGB, Madison, Wisconsin; Volk Field CRTC, Camp Douglas, W isconsin; and the Department of Military Affairs, Directorate of Installation Management, Madison, Wisconsin. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additi onal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. CONTRACT INFORMATION: The work requires Multi-Discipline professional A-E Services for various projects located at the above mentioned locations. Work includes production of drawings, specifications, and construction inspection services as required to execute construction projects. Work may also include fact-finding studies, surveys, and investigations in support of designated activities. Proposed contract will have a base period of one (1) year, plus four (4) additional one-year option periods. Anticipated award of the contract is April 2008. The maximum amount paid for each delive ry order shall not exceed $550,000. However, the contracting officer may elect to exceed this amount if it is determined appropriate. The cumulative value of all delivery orders for the five year period will not exceed $12,000,000. The Government guaran tees a minimum contract amount of $5,000. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. PROJECT INFORMATION: Typical work may include, but is n ot limited to: (a) Alteration/addition and repair/maintenance of utilities, ground, roads, airfield pavements, aprons and taxiways, buildings, and structures to include control towers and hangers; (b) Heating and air conditioning systems; and (c) Building electrical systems. Type A (investigative), Type B (design), and Type C (inspection) services may be required for each delivery order. SELECTION CRITERIA: Selection criteria to be used in selecting firms include the following listed in descending order o f importance: (1) Professional qualifications necessary for satisfactory performance of the 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 work in required time. The evaluation will consider the experience of the firm and any consultants in similar sized projects and availability of an ad equate number of personnel in key disciplines. (4) Past job performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location of the firm (office of p erformance) in the general geographic area of the project, and knowledge of the locality of the project provided that application of this criterion leaves an adequate number of firms therein for consideration. (6) The Volume of work previously awarded by the Department of Defense during the previous 12 months with the object of affecting an equitable distribution of contracts among qualified A-E firms, including minority firms and firms that have not had prior Department of Defense contracts. SUBMISSION R EQUIREMENTS: See Numbered Notes 24 and 25 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit Standard Form (SF) 330 to USPFO for Wisconsin, WPFO-J8-P ATTN: Michelle Houtman, 1 Williams Street, Camp Douglas, WI 54618-5002. Only those SF 330s submitted for this project will be considered. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. Failure to be registered in the DoD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Application for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. No other general notifications of this project will be made. No other action beyond submission of the standard forms is required or encouraged. Only responses received within 30 days, (including the date of this notice) will be considered. No Exceptions. Should the due date fall on a weekend or holiday, the forms shall be due th e first working day thereafter. Submittals received by FAX will not be accepted and will be considered nonresponsive. This is Not a Request for Proposal (RFP). Site visits will not be arranged during the submittal period. The SIC Code is 8712 and the N AICS Code is 541310. This will be an unrestricted procurement.
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street Camp Douglas WI
Zip Code: 54618-5002
Country: US
 
Record
SN01379833-W 20070823/070822070728 (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.