Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
SOLICITATION NOTICE

C -- Title I and Title II Architect-Engineer Services for the Defense Commissary Agency. Submittals must be received no later than close of business 24 March 2008.

Notice Date
2/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-08-R-0031
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Stephen H. Peterson, 816.389.2372
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(stephen.h.peterson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Reference Numbered Note 24. CBD Announcement for Title I and Title II AE Design Services C TITLE I AND TITLE II, ARCHITECT-ENGINEER SERVICES, POC Sharon Smith, telephone 210.671.8424, Title I A & B and Optional Title II C Architect ural and Engineering Services for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for design services for the Defense Commissary Agency (DeCA) on an indefinite number of projects worldwide. The projects will generally consist of commissaries. These commissary projects could involve new facilities, addition/alterations, or sustainment projects. The work may include a broad range of engineering tasks to support the planning, programming, development, and execution of projects. Facility types may occasionally include a Base/Post Exchange and Food Court, Administrative Facilities, and Base Lodging facilities. Architect-Engineer services will also be required for specialized studies; geotechnical and topographical surveys, environmental and hazardous material surveys, site investigations, construction inspection, cost estimating, updating standard commissary layouts, design charrettes, value engineering, life cycle cost and economic analysis, energy audits and analysis, and preparation of preliminary and final design and construction documents. As many as four contracts will be awarded. Factors to be used in the selection applicable to the project, in their relative order of importance are: (1) professional qualifications necessary for satisfact ory performance of required services including subcontractors; (2) recent specialized experience and technical competence in the design of DoD commissaries or commercial supermarket facilities; (3) professional capacity of the firm to accomplish the work i n the required time; (4) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with the schedule; (5) knowledge of the locality including familiarity with host nation regulation s for overseas locations including Europe and the Far East; (6) demonstrated success in prescribing the use of recovered materials, waste reduction and energy efficiency in facility design. The total value of all delivery orders will not exceed $2, 400,000 per year. The AE is guaranteed a minimum value of $15,000 during the life of the contract. The term of the contract shall be for a basic year with four additional consecutive option years separately priced. Award of contract(s) is contingent upon a uthorization and is subject to availability of funds (SAF). Estimated contract start date is July 2008. Firms wishing to be considered shall provide SF 330 no later than 24 March 2008 to the below address. Only the January 2004 edition or later of the SF 330 will be accepted. Firms shall submit no less than three, book-bound copies of their proposals. No other general notification about this announcement will be made and no further action beyond submission of the standard form is required or encoura ged. This is not a Request-for-Proposal. Submit data to: USACE / DeCA Contracting Branch, CT-D, 2250 Foulois St. Suite 03, Lackland AFB TX 78236-1007, Attn: Sharon Smith, phone 210.671.8424, E-mail: sharon.L.smith@usace.army.mil.
 
Place of Performance
Address: DeCA Support Branch, USACE, NWK/CT-D 2250 Foulois St, Ste 03 Lackland AFB TX
Zip Code: 78236-1007
Country: US
 
Record
SN01514983-W 20080224/080222224725 (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.