Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

C -- Architectural A-E Services Indefinite Delivery Indefinite Quantity - Questionnaire

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-09-R-1001
 
Archive Date
9/15/2009
 
Point of Contact
Deborah A Lacy, Phone: 406-731-4003, Russell A Bryan, Phone: 406-731-4021
 
E-Mail Address
deborah.lacy@malmstrom.af.mil, russell.bryan@malmstrom.af.mil
(deborah.lacy@malmstrom.af.mil, russell.bryan@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past and Present Performance Questionnaire Synopsis: Architectural A-E Services, Indefinite Delivery Indefinite Quantity Contracting Office Address: Department of the Air Force, Air Force Space Command, 341 CCS, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 Description: THIS IS NOT A REQUEST FOR PROPOSAL. Architect Engineer (Architectural primary discipline) services are required for the design of miscellaneous operations and maintenance projects and supporting services at Malmstrom AFB, Montana. An open-end contract will be issued for a period of one basic year and three one-year option periods. Projects will be issued to the A-E firm by delivery orders against the awarded contract. The total amount for the contract issued during the basic year shall not exceed $995,000.00, nor shall the total amount for each of the three one-year option periods exceed $995,000.00, resulting in a cumulative total of not to exceed (NTE) $3,980,000.00 per contract. Individual delivery orders will not exceed $499,999.00. Delivery orders will be issued as the need arises during the course of the contract period. Design services will be in conjunction with minor remodeling and maintenance projects, including preparation of drawings and specifications. Various types of A-E services such as investigation, inspection, reports, and cost estimates may also be required as relates the project design. Projects will primarily require architectural discipline, with support from the mechanical/electrical, structural, and civil disciplines. A firm fixed price A-E contract (indefinite delivery/indefinite quantity) will be used. The estimated award date is between March 2010 and July 2010. Significant selection criteria, in relative order of importance include: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry will be evaluated using Attachment 1, Past and Present Performance Questionnaires and Architect-Engineer Contract Administration Support System (ACASS). (5) Knowledge of and proximity to the locality of the project; (6) Demonstrated efficiency in facility design, recycling, and LEED and (7) Dollar value of prior DOD awards. Firms that have a lower value of DOD awards during the past three years will be given a higher rating for criteria 7 than those having higher dollar awards. A-E firms which meet the requirements described in this announcement are invited to submit two copies (1 original and 1 copy) of their completed Standard Form 330, Parts I and II, Architect Engineer Qualifications. Standard Forms 330: Limit your SF 330 along with supporting data for a total package of not more than 100 pages, 8 ½ x 11 paper, and 12 pitch. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection board. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to all other material is not acceptable. This is not a request for proposal; this synopsis is for the purpose of possible discussions. Firms responding to this announcement by the response date (31 Aug 09, 2:00 PM MST) will be considered. Fax copies will not be accepted. Address standard Forms 330 submittal to: 341st Comptroller-Contracting Squadron/LGCA, 7015 Goddard Drive, Bldg 145, Malmstrom AFB, MT 59402-6863 Attn: Deborah Lacy. Firms responding by 2:00 PM local time on 31 August 09 will be considered. No other general notification to firms under consideration will be made and no further action is required. The proposed acquisition listed herein is a 100% Small Business Set-aside in accordance with the OSD letter dated, 2 Jun 2008, Subject: Reinstatement of Small Business Set-asides Under the Small Business Competitiveness Demonstration Program. NAICS Code: 541310 Small Business Size Standard: $4,500,000.00 Standard Industrial Classification Code (SIC) 8712 applies. Point of Contact: Deborah Lacy, Contract Specialist (406) 731-4003 deborah.lacy@malmstrom.af.mil Russell Bryan, Contracting Officer (406) 731-4014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/FA4626-09-R-1001/listing.html)
 
Place of Performance
Address: Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN01895670-W 20090802/090801000907-02b281a2a0c521482d25f36b9c4e14e1 (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.