Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

C -- Architect-Engineer Services IDIQ Statewide Throughout Massachusetts in Support of Army and Air National Guard

Notice Date
3/26/2008
 
Notice Type
Modification
 
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-0008
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
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
Correction to web address where important information and questions and answers pertaining to this public announcement may be found. Go to www.nationalguardcontracting.org and look under NGB Advertised Solicitations for this announcement numbered W9 12SV-08-R-0008. Register while at that site to receive updates. INDEFINITE DELIVERY CONTRACT(S) FOR PLANNING, ENGINEERING AND DESIGN SERVICES FOR THE MASSACHUSETTS ARMY AND AIR NATIONAL GUARD STATEWIDE, 1. CONTRACT INFORMATION: Plannin g, Engine ering and Design Services, are required for various project s in and ar ound the Area of Responsibility (AOR) for the Barnes Air National Guard Base, Westfield, MA, Otis ANG, Cape Cod and areas throughout Massachusetts where National Guard faciliti es are located. The contractor(s) selected will need sufficient res ources and f lexibility to be able to furnish a full range of professional planning; engineering and design services related to vertical and horizontal construction projects in the Massachu setts area. Expected services may include, but are not limited to, the follo wing: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, maintenance facilities, armor ies, airfield structures and pavements, warehouses, and other exi sting facili ties; building condition reports; rehabilitation of buildings and structures; project management and inspection services for construction projects; AutoCADD services; environmen t al surveys, reports, studies, and designs for the clean-up, remo val, monitorin g and/or abatement of asbestos, hazardous/toxic materials and petroleum products. The indefinite delivery contract(s) will be negotiated and awarded for a base period of one yea r, and four option periods, each one year in duration. The prop osed service s will be negotiated and obtained through the issuance of individual, fixed-price task orders, not expected to exceed $550,000.00 per order. The annual ceiling for all orders for t he base year and option years is $2,000,000 per year per contr act. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The government anticipates a minimum of two indefinite delivery contracts will be negotiated and awar ded under this announcement, providing sufficient qualified contractors present offers. A minimum of one (1) award will be made to a Service Disabled Veteran Owned Small Business ( SDVOSB) concern, p roviding sufficient qualified SDVOSB contractors present offers. All oth er awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program, FAR 19.1007(a) (2)). Criteria to be used in allocating orders w ill include performance and quality of deliverables unde r the current con tract, capacity to accomplish the order in the required time, uniquely specialized experience and equitable distribution of work among the contractors, and other relevant factors. Th e unrestricted portion of this announcement is open to all businesses rega rdless of their size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan o n the part of this wor k it intends to subcontract. The National Guard Bureau FY08 Subcontracting Goals for use in development of your plan are as follows: Small Business, 67.4%; Small Disadvantaged Business 6.0 %; Woman-owned Small Business 9.0%; Vete ran-owned Small Business 3. 0%; Service Disabled Veteran Owned Business 3.0% and Hub Zone firms 3.2%.Th e detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performin g under these contracts must be at least eq ual to those determined by the Department of Labor under the Service Contrac t Act. 2. PROJECT INFORMATION: No specific projects a re identified at this time. As projects are received for execution, use of the contract awarded under this announcement will be considered if A-E is utilized. The majority of the professional services ar e required for work related to the new structures, various repairs, alterations an d/or improvements to barracks, administrative f acilities, maintenance faciliti es, armories, airfield structures and pavements, warehouses, and other existing facilities. The estimated range of construction cos ts for the projects range from $50,000 to $5,0 00,000. 3. SELECTION CRITERIA: The selection c riteria are listed below in desce nding order of importance (first by major criterion and then by each sub criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used if necessary as tie-breakers in ranking the most highly qualif ied firms. (a) Professional Capabi lities: A-E contractor(s) will have (either in-house or through consultants) qualified registered professional personnel in th e following key disciplines: engineers (practicin g in the state where the project is located, i.e., registrations/certifications r equired for Massachusetts). (b) Demonstrate recent (last 10 years) Specialized Experience and Technical Competence in or rel ated to: new structures, various repairs, alterati ons and/or improvements to barracks, adminis trative facilities, maintenance facilities, armories, airfield structures and pavements, warehouses, and other existing facilities and use of Geographic Informa tion Systems (GIS), (c) Capacity to Accomplish the Work: The selected firm(s) shall have availab le for work on task orders adequate pr ofessional and technical personnel in the following disciplines: architect, civil engineering, mechanical engineering, s tructural engineering, geotechnical engineering, cos t estimating, specifications writers, CADD t echnicians, (d) Past Performance on DOD and other contracts, preferably Army, Air Force, and Navy contacts, with respect to cost control, quality of work and compliance with performance schedules. Firms may inclu de documentation of past performance on rec ent similar contracts with other Federal agencies, State and local governments. The firms must demonstrate an effective quality control program that has deli vered high quality products, on time and within budget. (e) Demonstrate knowledge of the Massachuse tts locality that the firm possesses to a ccomplish the planning, engineering and design services to be provided listed in paragraph 1 above. (f) The geogra phic proximity of the firm to the general geographical ar ea of Massachusetts. (g) Firms must show t he extent of participation of small busines ses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of th e total estimated effort. (h) Volume of D OD contract awards in the last twelve months. .. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one cop y of SF 330(6/2004) for the prime firm and all subcontractors , to the above address not later than 2: 00 PM (Eastern daylight time) on the 31st Day o f March 2008. Regulations require that the selection board not consider any submittals received after thi s time and date. Solicitation packages are not provided. The SF 330 should specifically address the requirements of this announcement. Section E shall be limited to 10 pages, double-sided. Section F shall be limited to 10 projects, 20 pages, double-sided, total. Pages in excess of the maximums listed will be discarded and not used in evaluation of t he selection criteria. The firms shall present a proposed organization chart and a narrative describing how the organization will functi on. Those functions to b e subcontracted out and to which location shall be clearly ident ified and at what office. Include the firm's DUNS Number for the prime and key subcontractors in SF 330, block 10. In Block 30, describe owned or leased equipment that will be used to perform this contract as well as CADD capabilities. This is not a request for proposal. Cover letters, company literature and extraneous m aterials are not desired and will not be consider ed. Personal visits to discuss this announcement will not be scheduled. As required by acquisition regulations, in terviews for the purpose of discussing prospective contractors' qualification for the contr act will be conducted only after submittal review by the selection board. Interviews will be conducted at a location to be de termined. The Point of Contact for this public announcement is: Richard I. George, richard.george@us.army.mil (508) 233.6664. Questions pertaining to this announcement shall be submitted on Exhibit F (located at www.nationalguardcontracting.org and look under NGB Advertised Solicitations for this announcement). Answers shall be generalized and posted to the same w eb site. Register your firm at www.nationalguardcontracting.org under this announcment to ensure that you receive any notices of updates.
 
Web Link
NGB Adertised Solicitations
(http://www.nationalguardcontracting.org)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
Country: US
 
Record
SN01542216-W 20080328/080326224535 (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.