Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOURCES SOUGHT

C -- Statewide Architect-Engineer Services IDIQ

Notice Date
2/7/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-08-R-AEIDIQ
 
Response Due
2/21/2008
 
Archive Date
4/21/2008
 
Point of Contact
Richard George, 508.233.6664
 
E-Mail Address
Email your questions to USPFO for Massachusetts
(richard.george@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow- up information requests. The purpose of this synopsis is to gain knowledge of potential 8(a), HUBZone sources or Service Disabled Veteran Owned Small Busin ess Sources. Responses are restricted to certified 8(a), HubZone small businesses or Service Disabled Veteran Owned Small Businesses. The government is requesting that concerns interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of business, i.e. , 8(a), HubZone, Service Disabled Veteran, under the North American Industry Classification System (NAICS) code 541310. The small business size standard for this procurement is $4 .5 million (3) the SBA district office for your firm. (4) Notice must include a positive statement of intent to submit a proposal. (5) Provide a list of ALL RELEVANT projects (government and private) performed within the last two years. Include name, addre ss, telephone number, and email addresses of references for all relevant contracts. Relevant contracts must be the same or similar to the work described in this announcement. The government is looking for qualified 8(a), Hubzone or Service Disabled Veteran Businesses to Perform Type A, B, and C Architectural and Engineering services statewide. An Indefinite Quantity Firm Fixed Price Contract is contemplated. Services will be mainly performed at Barnes ANG Base, Westfield, MA, Massachusetts Military Reservat ion, Cape Cod, and other locations within the Commonwealth of Massachusetts.. The A-E Indefinite delivery contract may be utilized by all National Guard Contracting Offices within the State of Massachusetts. These services will be required for an undetermi ned number of projects of varying size and complexity. Individual delivery orders may be of any value within the contract maximum ceiling value (base year and up to 4 options years) of $10 Million total for the life of the contract including option years. Looking for qualified Architect-Engineer consulting services to perform Type A (investigative), Type B (design), and option for Type C (construction surveillance and inspection) services for the above described range of projects. Type A Services shall incl ude but not be limited to making investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the system project. This shall include making economic feas ibility studies and developing scopes for programmed projects., Type B Services shall include engineering calculations and analyses, complete design, statements of probable cost, complete detailed construction documents for such quality and completeness as to be competitively bid by contractors. Type C Services (option exercised at the time of project construction) shall include all personnel, equipment and materials necessary to perform all material data and shop drawing reviews, complete construction co mpliance inspection and material testing as required in the construction documents. A-E selection will be based on the following criteria listed in order of importance as listed: 1. Professional Qualifications; The qualif ications of the individuals which will be used for these services will be examined for experience and education. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, Environmental Engineers, Architects, Estimators, Specifications writers, Surveyor s, and Draftsmen. 2. Specialized Experience; Since this contract is expected to incorporate a wide range of various types of projects, the experience of the fir m and its' consultants in a multitude of project types will be evaluated. Specific experience with HVAC design, paving design, fire detection and suppression system design, roofing designs, electrical system designs , knowledge of the locality and facility rehabilitation designs will be evaluated. 3. Capacity to Accomplish the Work; No unreasonable design deadlines are anticipated, however, the general work load and staffing capacity of the design office will be evaluated. The firm's ability to respond to t he needs of he client especially in performing site investigation and in determining the customer's needs will also be evaluated under this category. 4. Past Performance; the past performance of the firm on proj ect for government (federal, state, local) a gencies and private concerns will be examined. 5. Location; the geographic proximity of each firm to the Lansing Area will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. 6. Volume of DOD Work; the volume of DOD work the A-E firm was awarded during the past year will be examined. Email responses to this request for information are preferred and should be sent to richard.george@us.army.mil.. Al l responses must be submitted via email or fax. Responses may be mailed to USPFO For Massachusetts, ATTN: Contracting, Richard George, 50 Maple Street, Milford, MA 01757-3604. Faxed responses/questions should be sent to (508) 233-6691 fax; (508) 233-6664 phone. attn: Richard George. The due date an d time for responses to this announcement is 1:00 pm Eastern Standard Time on 21 February 2008.
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
Country: US
 
Record
SN01503283-W 20080209/080207231337 (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.