Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2007 FBO #2147
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
10/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BBGCON3608S6592-PKL
 
Response Due
11/16/2007
 
Archive Date
12/1/2007
 
Point of Contact
Patricia Ludlow, Contracting Officer, Phone 202-205-9664 , Fax 202-260-0855, - Herman Shaw, Contracting Officer , Phone 202-205--8412, Fax 202-260-0855
 
E-Mail Address
pludlow@IBB.GOV, hshaw@ibb.gov
 
Description
The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) based in Washington, DC has a requirement for a contractor to provide Architect-Engineer Planning (A/E) and Design services related to Broadcast System design, maintenance, repair, alteration, and facility construction projects at various IBB Transmitting Stations (e.g., Greenville, NC; Germany; Kuwait; Botswana; Sao Tome; Morocco; Sri Lanka; the Marianas; the Philippines; and Thailand.) Design projects will be of a general nature involving the design, maintenance, repair, alteration, construction, and installation of various broadcast systems, power generation, satellite facilities, water-sewage treatment, electrical, security, fire protection, fuel storage, HVAC, civil, and building systems in support of broadcasting facilities. The A/E firm(s) selected shall be required to: (1) Perform site surveys and condition assessment, compare alternatives, and recommend design solutions; (2) Prepare Statements of Work, drawings and specifications; (3) Prepare construction cost estimates and schedules; and (4) Provide post-award construction support services. The BBG/IBB will evaluate each offeror for this proposed A/E work in accordance with the U.S. Federal Acquisition Regulation (FAR) Subpart 36.602-1 (Selection of Firms for Architect-Engineer Contracts, Selection Criteria), using the following six (6) evaluation criteria, criteria number one (1) is more important than each of the remaining six (6) criteria: (1) Professional qualifications necessary for the satisfactory performance of the required services ? i.e., mix and depth of engineering disciplines available in the firm. At a minimum, firms MUST HAVE immediate access to the following disciplines: Architectural; Civil/Structural; Mechanical/HVAC; Electrical; Fire Protection; Environmental; and Electronic (to include satellite facilities) engineering; (2) Specialized overseas technical experience and technical competence (including use of recovered materials and achieving waste reduction and energy efficiency in facility design) in the maintenance, repair, alteration, construction, and facilities condition assessment of Broadcast Systems, power generation, water-sewage, security, fire protection, satellite systems, and fuel handling/storage; (3) Degree of successful past performance on Government agency and private sector contracts in terms of cost control, quality of work, and compliance with standards and performance schedules, provide references with both project and contact information; (4) Demonstrated capability to accomplish A/E work in various overseas geographic areas; (5) Capacity to accomplish work in accordance with project schedules; and (6) Proposed method of communication/data transfer with IBB Office of Engineering in Washington, DC. None of the above-stated work or locations represents IBB firm requirements, but the selected firm(s) must be able to perform engineering investigation, analysis, design, and construction support services for the above-stated types of projects and locations in order to be considered for this proposed A/E contract. The minimum amount of services is $25,000 for all tasks while the maximum amount is not expected to exceed $500,000 per year. The contract will include four (4) yearly options with the same estimated maximum and minimum contract dollar amounts per year. This proposed A/E contract is being solicited, and will be awarded, on an ?Unrestricted (full and open) Basis.? Firms desiring to be evaluated for this proposed A/E design and related services work are invited to submit: (1) A Standard Form 330, Architect-Engineer and Related Services Questionnaire; and (2) Any data demonstrating the firm?s capabilities in the six (6) above-stated A/E evaluation criteria (e.g., reference listing of previous customers, listing of professional recognition/awards, and staff resumes) not later than 2:00PM ET, November 16, 2007, to the BBG/IBB, Office of Contracts, Switzer Building, Room 2527, 330 C Street, SW, Washington, DC 20237. Following an initial evaluation of the qualification and performance data submitted, discussions may be held with the three (3) most highly qualified firms to provide the type of services required. Selection of firms for such discussions shall be done through an order of technical compliance using the six (6) above-stated evaluation criteria. Interested firms should note that a Standard Form 330 (Architect-Engineer and Related Services Questionnaire) is available via the following Web page address: http://www.gsa.gov/forms/. The Government may make multiple awards of Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s), each with Task Orders individually negotiated for a firm-fixed price. Any questions related to this proposed acquisition shall be submitted in writing and shall be sent directly and only to the Contract Specialist, Patricia Ludlow via e-mail at pludlow@ibb.gov, by telephone 202-205-9664, or by facsimile at 202-260-0855. All responsible sources shall be considered by the BBG/IBB. All written requests for information regarding this requirement shall include company name, mailing address, point of contact, telephone number, and facsimile number. See Numbered Note 24.
 
Record
SN01432087-W 20071013/071011223117 (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.