Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

C -- Various Planning Support Services to NOAA's PPMD/WR

Notice Date
4/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-08-RP-0117
 
Response Due
5/9/2008 2:00:00 PM
 
Point of Contact
Rose N Olds,, Phone: 206-526-4395
 
E-Mail Address
rose.n.olds@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT REQUIREMENT: This project is 100% Small Business Set Aside. This contract will be procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. Architect-Engineer services are required for two (2) Indefinite Delivery-Indefinite Quantity Contract for various planning support services to NOAA's Planning and Project Management Division - Western Region (PPMD/WR). One contract will be awarded for the Western Region to include the geographical areas of, Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, New Mexico, Oregon, Texas, Utah, Washington and Wyoming, as well as other NOAA locations in the Pacific including: America Samoa, Federated States of Micronesia, Guam, Marshall Islands, Northern Marianas Islands, Republic of Palau and Wake Island. One contract will be awarded for the Eastern Region to include the geographical areas of Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Hampshire, New Jersey, New York, North Carolina, North Dakota, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Vermont, West Virginia, Wisconsin, Virginia, and Washington D.C., including the Commonwealth of Puerto Rico and the US Virgin Islands. Each contract has a cumulative value of $5,000,000.00. The minimum ordering limitation for each contract over the life of the contract is $10,000.00 for each contract. The contracts will be for a term of five (5) years. The contracts will be for one base year with four one-year option periods. Individual task orders are limited to $1,000,000 for any given year. Task orders will be awarded based on the A-E's current workload and its ability to accomplish the order in the required time, geographic location, type of services required, and previous experience, including customer satisfaction and performance and quality of deliverables under the IDIQ. The firm must be capable of responding to and working on multiple task orders concurrently. This procurement is unrestricted. This announcement is 100% Small Business Set Aside. A small business firm under the North American Industry Classification System (NAICS) Code is 541310 and the size standard is $4,500,000.00 average annual receipts over the last three years. The anticipated award is September 2008. Contracts may be issued up to one year after selection approval. PROJECT INFORMATION: The work required includes, but is not limited to, the following: Master planning, schedule development, programming, energy audits, site investigations/surveys, facility investigation/surveys, preliminary design, cost estimating, economic analyses, design, value engineering, construction administration/management, quality control/assessments, peer reviews, and post occupancy evaluations. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance: (1) Specialized experience in the planning, project management, and execution of research facilities; (2) Capacity of the firm to accomplish the work within the required time frame - performance history and current workload will be considered; (3) Professional qualifications of the staff to be assigned to the project, with emphasis on key personnel, including consultants and subcontractor personnel; (4) Demonstrate knowledge of Federal sustainable design and energy conservation programs and proven success in achieving energy efficiency in facility design (i.e., prescribing the use of recovered materials, and waste reduction); (5) Recent past performance of previous Government projects, similar to that described herein, in terms of cost control and quality control measures; and (6) Location of the firm, or an office of the firm, in one of the two geographical areas stated above;. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit six (6) copies of Parts I and II of the SF 330. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to: NOAA, WRAD, AMD ATTN: Rose N.S. Olds, Bldg. 1 7600 Sand Point Way N.E. Seattle, WA 98115-0070. These forms shall be submitted to the above address not later than 2:00 PM, LOCAL Pacific Daylight Savings Time on May 9, 2008. The SF 330 shall have a page limit of 70 pages. A page is one side of a sheet. Font size shall not be less than 11 point font and margins shall not be less than one inch. The use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e2f9fae6e2eb38aaa5aa92fd6bf84f7&tab=core&_cview=1)
 
Record
SN01557777-W 20080423/080421214801-4e2f9fae6e2eb38aaa5aa92fd6bf84f7 (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.