Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2002 FBO #0171
SOLICITATION NOTICE

C -- A-E Services, Fort Gordon, Georgia

Notice Date
5/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Signal Center and Fort Gordon, ATTN: ATZH-CT, 419 B Street, Building 29718, 3rd Floor , Fort Gordon, GA 30905-5719
 
ZIP Code
30905-5719
 
Solicitation Number
DABT11-02-R-0003
 
Response Due
6/21/2002
 
Archive Date
7/21/2002
 
Point of Contact
James Bodine, (706) 791-1819
 
E-Mail Address
Email your questions to US Army Signal Center and Fort Gordon
(bodinej@gordon.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA A-E Services for the design, preparation of plans, specifications, and cost estimates for various projects, as needed for the Directorate of Public Works (DPW), Fort Gordon, Georgia. Solicitation DABT11-02-R-0003. The primary purpose of this proposed contr act is to provide services for projects located at Fort Gordon, Georgia. CONTRACT INFORMATION: NAISC 541330. The services that may be required will consist of, but not limited to one or more of the following: Designs and/or Feasibility Studies for new stru ctures, various repairs, alterations and/or improvements to Barracks, Administrative Facilities, Family housing Units, Warehouses, Dining Facilities, Utilities and other existing facilities; Building condition reports; Rehabilitation of historic buildings and structures; Project Management and Inspection Services for Construction Projects; AutoCADD Services; Environmental Surveys, Reports, Studies, and Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. An Indefinite Delivery Indefinite Quantity Contract (IDIQ) will be negotiated and awarded for one (1) Base period, plus one (1) Option period. Task Orders for the base period and option periods shall meet a minimum of $20,000.00 and not exceed $1,000,000.00 per period. The Government reserves the right to award one or more contracts, as a result of this solicitation. The cumulative total of all Task Orders for both the base and option periods shall not exceed $2,000,000.00. Upon exhausti ng the dollar value for any period, the next option period may be exercised at that time. The contract is anticipated to be awarded by September 2002. An additional award may result from this synopsis, for a period of up to one (1) year after the date of s election approval. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with Federal Acquisition Regulation 52.219-9, ?Small Business and Small Disadvantaged Business Subcontr acting Plan?, for that portion of work it intends to subcontract. This plan is not required with this submittal, but must by approved prior to award to any large business. For informational purposes, the small business size standard is $4,000,000 in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board based upon the Selection Criteria and Interviews. All firms must be registered in the DoD C entral Contractor Registration (CCR) database prior to any award resulting from this announcement.***SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are second ary and will be used as ?tie-breakers? among technically equal firms. ***A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil and Environmental.***B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under c urrent and/or recently completed IDC?s. Include Contract number(s), Point(s) of contact, telephone number(s) and e-mail addresses.***C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandatory ti me frames, including multiple Task Orders under and IDC. Provide specific examples of both in Block 10 of the SF 255.***D. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDC?s, with the Department of Defense (D oD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations. Provide letters of evaluations and/or recognition by other clients . Provide specific examples of cost control and estimating performance on past projects. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in BLOCK 8c of the SF 255.***E. LOCATION. Location o f the firm within the general geographical area of the proposed requirement(s).***F. VOLUME OF WORK. Provide the volume of DoD and other Government Agency contracts awarded in the past twelve (12) months, (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be cons idered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm?s SF 255 to address as stated above. The following is additional information requested. The SF 254 MUST include the following: (1) BLOCK 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. (2 ). BLOCK 7a: Total number of Personnel for each office as listed in BLOCK 7. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm?s ACASS ID number, CEC (Contractor Establishment Code), DUNS number and Central Contractor Registration (CCR) nu mber. (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime?s office (line B), and all consultants (line A), that will perform the work, and the total number of personnel for each line; (2) BLOCK 7c: Each key person?s office address, including telephone/FAX numbers and e-mail addresses if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include state, year and discipline; (4) BLOCK 8: Descriptive project synopsis which best il lustrates the prime?s qualifications relevant to this announcement; (4) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information such as cover letters will not be taken into consideration. The complete Package must be received at the following address by 2:30 P.M., EDT, 18 June 2002. Directorate of Contracting, Construction Contracts Division, Building 29718, Fort Gordon, Georgia 30905-5719. Additionally, submittals received b y FAX will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed by telephone or by formal presentation.
 
Place of Performance
Address: US Army Signal Center and Fort Gordon ATTN: ATZH-CT, 419 B Street, Building 29718, 3rd Floor Fort Gordon GA
Zip Code: 30905-5719
Country: US
 
Record
SN00080075-W 20020522/020520213313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.