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
MODIFICATION

C -- A&E Services Indefinite Delivery-Indefinite Quantity for California.

Notice Date
2/7/2008
 
Notice Type
Modification
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC664 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NDR080011
 
Response Due
2/27/2008
 
Archive Date
2/6/2009
 
Point of Contact
Dane L. Johnson Contract Specialist 3032369434 dane_johnson@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The date and time set for receipt of documents in response to this announcement is hereby extended to February 27, 2008 at 4:00 PM MST. Selection Criteria E, LOCATION, is hereby changed to read: Location in the general geographic area of the projects and knowledge of the locality of the projects, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project, so that personnel involved in field investigations and operations possess necessary knowledge of requirements and laws of the area. The following are the official responses to questions posed by potential offerors. Any future questions may or may not be answered at the Government's discretion. However the due date set for receipt of documents will not be extended unless the Government determines such questions warrant further extension of the due date set for receipt of documents. Q. The synopsis on the front page states "Set Aside: N/A" however there is some verbiage in the description that is confusing. That verbiage is: "One award is being solicited on an unrestricted basis pursuant to the Small Business Competitive Demonstration Program, and one award is being solicited as a 100% Service Disabled Veteran Owned Small Business set aside." Can you clarify for me whether this solicitation is or is not set aside for SBE and/or Veteran's Owned Small Business? A. There will be two awards made as a result of this solicitation. One award is being solicited on an unrestricted basis (open to both large & small businesses), and one is a Service Disabled Veteran Owned Small Business set aside. Q. I guess I'm still a bit confused because of "pursuant to the Small Business Competitive Demonstration Program." My company does not qualify as a small business. A. Below is an excerpt from the Federal Acquisition Regulation (FAR) that pertains to the Small Business Competitive Demonstration Program. The purpose of the Program is to --(a) Assess the ability of small businesses to compete successfully in certain industry categories without competition being restricted by the use of small business set-asides. Refer to FAR Part 19.10. As a large business, you may still submit under the unrestricted solicitation. Q. Will an engineering lead firm, for example structural engineering, with an architectural subcontractor, and the other required disciplines as subcontractors, be considered, or must the lead firm be architectural? A. In accordance with FAR Part 36.601-4 (b)"Contracting officers may award contracts for architect-engineer services to any firm permitted by law to practice the professions of architecture or engineering." Q. I would just like to know if this would result in a Firm Fixed Price contract, or Time and Materials. A. The contracts will be Indefinite Delivery Indefinite Quantity (IDIQ) contracts with firm fixed hourly labor rates. Individual task orders will then be issued against the base contract. Q. Is there anyone currently performing these services? Or is this a new requirement? A. There are currently two IDIQ contracts in place; one with Carter & Burgess, Inc, and one with Roesling Nakamura Architects. Q. Can you provide specific projects as examples of the types of work that will be covered under this IDIQ contract? A. The types of projects, and work required to be performed, is contained in the synopsis. As this is an IDIQ contract, specific project information is not available at this time. Q. Criteria D. Past Performance- The solicitation asks for "...examples of project specific work for your five most recent projects..." Does this mean that you only want to see 5 projects total in Section F. of the SF 330? Or can we submit more in Section F.? A. Submit five only. Q. For the unrestricted contract, if a large company is the prime, are there small business sub-contracting goals? Will the large business be required to submit a small business subcontracting plan prior to award? A. Large businesses are required to submit a subcontracting plan with the SF 330 packages. The Bureau of Land Management (BLM) targeted subcontracting goals for the participation of small business concerns are as follows: Small Business Concerns 15%; HUBZone Small Business Concerns 5%; Small Disadvantaged Concerns 5%; Women-Owned Business Concerns 6%; Service Disabled Veteran-Owned Small Business Concerns 3%; Veteran Owned Small Business Concerns 3%.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1409160)
 
Place of Performance
Address: State of California
Zip Code: 95825
Country: USA
 
Record
SN01503425-W 20080209/080207231702 (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.