Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Construction - Design Office (HDEC03), 2250 Foulois St, Lackland AFB, Texas, 78236-1039, United States
 
ZIP Code
78236-1039
 
Solicitation Number
HDEC03-11-R-0002
 
Archive Date
4/25/2011
 
Point of Contact
Devindranath Gokool, Phone: (210) 671-3117
 
E-Mail Address
devindranath.gokool@deca.mil
(devindranath.gokool@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE I AND TITLE II ARCHITECT-ENGINEERING SERVICES. Title I Type A & B, and Title II Type C Architectural and Engineering Services for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for design services for the Defense Commissary Agency (DeCA) construction projects worldwide. The A-E design projects will generally consist of DOD commissaries. These commissary projects could involve new facilities, addition/alterations, or sustainment projects. The design services 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, Mall Area and Food Court, Administrative Facilities, Base Lodging facilities and others. In addition to design reviews and commissioning, Architect-Engineer services will also be required for specialized studies such as: commissary Décor, 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. The Government may award up to six contracts. Factors to be used in the selection applicable to the project, in their relative order of importance are: (1) professional qualifications necessary for satisfactory 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 in 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 regulations for overseas locations including Europe, the Far East, and U.S. Government Territories and Possessions; (6) demonstrated success in prescribing the use of recovered materials, waste reduction and energy efficiency in facility design; (7) Volume of DoD A-E contracts awards in the last 12 months with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms including small business concerns, minority owned firms, firms that have not had prior DoD contracts, and small disadvantaged business concerns. The total value of all delivery orders will not exceed $5,000,000 per year, per contract. The AE is guaranteed a delivery order 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. Estimated contract start date is November 2011. A-E Firms wishing to be considered shall provide SF 330 Part I and Part II no later than 28 March 2011 to the below address. Only the June 2004 edition or later of the SF 330 will be accepted. A-E Firms shall submit two, book-bound copies of their proposals. Proposals shall be in 3-ring binders, appropriately tabbed and shall not exceed 60 pages. Pages in excess of the maximum limit will not be evaluated. A-E Firms will provide a single page narrative discussion for each of the six factors stated above. Large business concerns, if selected, will be required to submit subcontracting plans in accordance with FAR 52.219 and DFARS 252.219-7003. No other general notification about this announcement will be made and no further action beyond submission of the standard form is required or encouraged. This is not a Request-for-Proposal. Submit data to: DeCA Contracting Directorate, Construction-Design Branch, AMDF, 2250 Foulois St. Suite 03, Lackland AFB TX 78236-1007, Attn: Devindranath Gokool, phone 210.671.3117, E-mail: Devindranath.gokool@deca.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-CIBA/HDEC03-11-R-0002/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, Construction-Design Branch, AMDF, 2250 Foulois St., Suite 03, Lackland AFB, Texas, 78236-1007, United States
Zip Code: 78236-1007
 
Record
SN02387850-W 20110227/110225234321-4bd21b1052658e025e7c6b0b972d6c0f (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.