Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

C -- AE IDIQ

Notice Date
7/10/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB08R4010
 
Response Due
6/27/2008 12:00:00 PM
 
Archive Date
7/30/2008
 
Point of Contact
Steven Stocking,, Phone: 5863074881
 
E-Mail Address
steven.stocking@miself.ang.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes. The 127 Wing, Contracting Office, Selfridge Air National Guard Base (SANG) Michigan is issuing this notice to determine if there is an adequate number of qualified interested small business concerns capable of providing professional, multi-discipline, Architect and Engineering (AE) services. SANG is issuing this Sources Sought to identify qualified vendors interested in supporting the U. S. Air National Guard in professional AE services to include but are not limited to: Non-personal Architect-Engineer Contractor (A-E) services are required to provide multi-disciplinary engineering services for fully designed projects and design build project documents. Facilities are primarily located at 127 Wing, Air National Guard facilities Selfridge Michigan; however, work may be required at other Michigan National Guard federal facilities throughout the State of Michigan. In accordance wit FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement. These services are typically known as Type A, B, and C services, to include reproduction. Potential projects may require multi-discipline engineering services for various commercial or industrial type facilities vertical/horizontal - pavements/roads/airfields and aviation related structures. Services which may be required, shall include but are not limited to; providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/design-build/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building addition and/or building renovations. Additional services that may be required include, but are not limited to, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; fact-finding studies, surveys, investigations, advisory services on Source Selection Boards, other professional AE services not necessarily connected with a specific construction projects; preparation of Design-Build Proposal Statements of Work; and, supervision/inspection of projects under construction, to include inspection and oversight of projects contracted as Design-Build projects. The Government anticipates award of an Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price type contract. The procurement is anticipated to be a base year with (4) one-year option periods. The solicitation and any documents are not available at this time. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). Small Business concerns who believe they can responsibly perform this requirement should submit the following information to the Contract Specialist no later than 27 June 2008: 1. Capability statement describing expertise and technical qualifications. 2. Past Performance information describing other contracts held for similar services. Past Performance information should be submitted for projects conducted within the last 3 years and include: project title, location, whether work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3. Small business status of potential offeror (8(a), HUBZone, SDVOSB, etc.) 4. Point of contact information for potential offeror, Cage Code, and D&B Number. 5. Any other information that will prove the potential offeror is capable of performing the required effort. Small Business submissions should be mailed to: Steven Stocking 127 MSC Contracting Division 43200 Maple Street, Bldg 105 Selfridge ANG Base MI 48045-5213 Responses should be limited to 10 pages (single sided). Email responses will not be reviewed. Note: All information submitted is response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the contract specialist via email only at: kirk.swiantek@mislef.ang.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=37a5b1d6aa487dd45a8242d7e3c3736d&tab=core&_cview=1)
 
Place of Performance
Address: 127 Wing, Air National Guard facilities Selfridge Air National Guard Base, Michigan, Selfridge, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN01611693-W 20080712/080710223017-37a5b1d6aa487dd45a8242d7e3c3736d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.