Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
AWARD

C -- AE IDIQ

Notice Date
4/19/2011
 
Notice Type
Award Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM-10-R-0001
 
Archive Date
5/19/2011
 
Point of Contact
Monty Eisenbraun, 605-737-6738
 
E-Mail Address
USPFO for South Dakota
(monty.eisenbraun@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W012MM-11-D-0001
 
Award Date
4/19/2011
 
Awardee
ULTEIG ENGINEERS, INC. (001893127) <br> 4808 S TECHNOPOLIS DRIVE<br> SIOUX FALLS, SD 57106-4244
 
Award Amount
$0.00
 
Description
This is an award notice for the following requirement: This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Architect/Engineer (A/E) Contract under which specific task orders will be negotiated and issued. Multiple IDIQ contracts may be awarded. The primary purpose for this proposed contract is to provide services for various projects as needed for the South Dakota Air National Guard projects located on Joe Foss Field, Sioux Falls, SD. This contract may also be used to provide services for other NG or Federal Contracting Offices. Required AE services may include 1) Investigative Services, 2) Design Services for new facilities and alterations/repairs to existing facilities. Types of facilities include administrative, maintenance, warehouse, industrial, and pavements/utilities. 3) Inspection Services for construction projects. 4) Environmental Surveys 5) Plans for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products; high expansion foam fire suppression systems. This is not a request for a price proposal. The maximum fee for any one task order shall not exceed the threshold dictated by the National Guard Federal Acquisition Regulation (NGFAR) during the initial contract period or any exercised option period. The cumulative amount for all the task orders shall not exceed the applicable cumulative NGFAR threshold, for the life of the contract (base year + 4 option years). Past history indicates that against W912MM-05-D-0001 and W912MM-05-D-0002 (base year + 4 option years) approximately $1M was awarded to each. The contract will be in effect for one year from date of the award, with a Government option to extend the term of the contract on an annual basis for four additional years. The total duration of the contract, including any options, shall not exceed 5 years. Selected firm(s) must maintain a minimum amount of insurance, as required by the contract, throughout the duration of the contract. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, "Small Business and Small Disadvantaged Business Subcontracting Plan", for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $4.5 million in annual average gross revenues for the last three (3) fiscal years. Prospective firms will have a main or branch office located in the proximity of Sioux Falls, SD. The applicable North American Industry Classification System (NAICS) code assigned is 541310 for AE Design Services. Standard DOD selection procedures will be utilized. Evaluation criteria factors in order of relative importance to the government are: 1. Professional qualifications necessary to satisfactorily perform the required services. Key disciplines include but are not limited to the following: Electrical Engineering, Mechanical Engineering, Architecture, Structural Engineering, Civil Engineering, Fire Protection Engineering, LEED Accredited Professional certification, Environmental Engineering, and Force Protection Engineering. 2. Specialized Experience and technical competence of in-house personnel or sub-consultant firm(s) in the investigation, design, and inspection of new facilities and alterations/repairs to existing facilities and other services listed in paragraph 2 above. Evaluation will be based on experience on facilities similar to those existing at the South Dakota Air National Guard. 3. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the key disciplines. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. 4. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. References and letters of recommendation from customers addressing your firms cost control, quality of work, and schedule compliance capabilities may be included in Section H of SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years to be considered. 5. Location of the firm in the general geographical area of Sioux Falls, SD. 6. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses (SB). Firms desiring consideration are invited to submit a completed SF330 (replaced SF254/255), Architect/Engineer to Lt Col Al Punt, Base Civil Engineer, South Dakota Air National Guard, Base Civil Engineering Bldg #49, 1201 W Algonquin, Sioux Falls, SD 57104-0264. Include the firm ACASS number in SF 330 block H. To be eligible for contract award, a firm must be registered in Central Contractor Registration (CCR). CCR Registration can be completed at www.bpn.gov/ccr on the internet. Firms are also required to complete the On-line Representations and Certifications Application (ORCA) and update it on an annual basis at the same website. Responses are due by the close of business 30 July 2010. No exceptions. Submittals received by FAX will not be accepted and considered nonresponsive. Prior to final selection firms considered Most Qualified will be interviewed by the selection team.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39/Awards/W012MM-11-D-0001.html)
 
Record
SN02428313-W 20110421/110419235133-6dc25483b20b1b8211cc6706d95a4227 (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.