Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

C -- DOE Small Business Set-Aside IDIQ Architect/Engineering Contract

Notice Date
5/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Office of HQ PS (HQ) U.S. Department of Energy Office of Headquarters Procurement Services MA-64 1000 Independence Ave., S.W. Washington DC 20585 US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0011256
 
Response Due
6/26/2017
 
Archive Date
7/11/2017
 
Point of Contact
Manley, Albert A
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer (A/E) services are required for multiple firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for architect and engineering services. See Attachment 2 for the Statement of Work. The work shall support Department of Energy (DOE) Headquarters facilities located at Forrestal in Washington, D.C. and Germantown, Maryland, collectively the DOE Complex . This shall include the Child Daycare Center at both Headquarters locations. DOE intends on awarding a multiple award IDIQ contract (up to four awards) with a sixty months ordering period with a contract value not to exceed $5,000,000 for each IDIQ awarded. The Government reserves the right to award to one IDIQ if it deems it is within the Government's best interest to do so based upon responses to this synopsis. A/E services shall be required for an undetermined number of projects of varying size and complexity. The estimated minimum task order amount is $5,000. The estimated maximum task order amount is $500,000. Work shall be issued by firm fixed price negotiated task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among contractors. The primary services under this IDIQ shall be in architecture and mechanical, electrical and plumbing engineering. Secondary services are civil, structural and fire protection engineering. This contract is advertised as a 100% Total Small Business Set-Aside. The firms must be an Architect/Engineer Firm with an approved North American Industry Classification System (NAICS) Code of 541310 and 541330 with the size standard of $7.5 million and $15.0 million respectively in annual average gross revenues for the last three (3) calendar years. This contract is being procured in accordance with the Brooks Act (PL 92-582), FAR Part 36 and DEAR Part 936. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A/E firm must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14 Limitation on Subcontracting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0011256/listing.html)
 
Record
SN04524731-W 20170528/170526235224-910482b557068461b0be0c23cc39bc61 (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.