SOLICITATION NOTICE
C -- A&E Indefinite Delivery Indefinite Quantity Contract.
- Notice Date
- 12/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Wyoming, 5500 Bishop Boulevard, Cheyenne, WY 82009-3320
- ZIP Code
- 82009-3320
- Solicitation Number
- W912L3-04-R-0002
- Response Due
- 1/30/2004
- Archive Date
- 3/30/2004
- Point of Contact
- Jason Salsgiver, 307-772-5966
- E-Mail Address
-
Email your questions to USPFO for Wyoming
(jason.salsgiver@wy.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicit the need for Multi-task, Multi-design, Architect/Engineer Services for the Wyoming Air National Guard and Wyoming Army National Guard, in the State of Wyoming,. The submission date for all SF 254s and 255s will be no later than 30 Jan 2004 . The contract will be awarded as a Firm Fixed Price Indefinite Quantity, Indefinite Delivery Type Contract with an estimated start date of 1 Mar 2004. Services for new projects and repair/remodel projects include but are not limited to: Type A Services (investigative, studies, surveys, conceptual design, etc.) Type B Services (development of complete contract documents, drawings, specifications, schedules, etc). Type C Services (construction inspection, construction management, etc). The contract may require evaluation to determine the presences and extent of asbestos materials, lead, hazardous materials, etc.. The selected firm shall have on-line access to Electronic mail via the internet. All drawings will be submitted in an AutoCAD 2000 compatible format. All text documents will be in be in Microsoft Office 2000 format (Word, Excel, Access). The awarded firm will also be required to provide all designs, specifications and drawings, in an Adobe Acrobat format, which is downloadable from the interne t for Government purposes. Possible projects include: Facility architectural improvements; energy conservation projects; area drainage and retention ponds; maintenance and operations facilities; vehicle pavements construction/ repair and traffic islands; airfield pavement construction/repair; inspection/maintenance/repair of storm and sanitary sewer systems; oil/water separators; heating ventilation, and air-conditioning (HVAC) design, upgrades and repair; aircraft hangar doors; pre-cast concrete frame s with shear walls; masonry buildings; steel frame with infill shear walls; steel frame buildings; metal storage buildings; exterior and interior lighting; security fencing; roof systems, fire suppression and/or fire detection systems; electrical distribut ion systems; water distribution systems; and structural repair/upgrade. The awarded Architect-Engineer firm will not be eligible to bid on the construction of the projects designed under this contract. The contract will be for one year from date of the initial contract award, and will include four one-year option periods. Individual delivery orders shall not exceed $500,000 with a minimum guarantee of $5,000 on the entire contract. The total of all orders, including all option periods, shall not exc eed $2,000,000 per year. The Basic agreement may be used by both Wyoming Army National Guard and Wyoming Air National Guard contracting offices to support design of federal/state projects. At the sole option of the Contracting Officer, this agreement may also be used by other National Guard Contracting Offices, and other Federal agencies within the region with the appropriate designations. The specific evaluation factors in the order of importance, as per ANGETL 99-1 and Defense Federal Acquisition Regula tions (DFARs) 252.236.602-1 are as follows: (1) Professional Qualifications necessary for satisfactory performance of the required services; (2) Specialized Experience and technical competence in the type of work required; (3) Capacity to Accomplish the wo rk 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 performance schedules; (5) Location in the General Geographic Area of the project; and (6 ) Volume of Work awarded by DoD during the previous 12 months. The Evaluation Worksheet used during the initial selection process can be viewed at http://wyoguard.state.wy.us/contracting.htm. Architect Engineer firms that meet these requirements are invi ted to submit one completed copy of Standard Form (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the following address: Contracting, 2 LT Jason A Salsgiver, USFPO for Wyoming, 5500 Bishop Blvd, Cheyenne, WY 82009. If your firm has any questions or concerns I can be reached at 307-772-5966 or jason.salsgiver@wy.ngb.army.mil. The qualification statements should clearly identify the offi ce location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. The SF 254 and 255 are available from the following websites: https://airguard.ang.af.mil/ce/. Thi s synopsis may also be viewed on http://wyoguard.state.wy.us/contracting.htm. This is not a request for Proposal. A previous solicitation was posted earlier in 2003, this solicitation is for an additional IDIQ.*****
- Place of Performance
- Address: USPFO for Wyoming 5500 Bishop Boulevard, Cheyenne WY
- Zip Code: 82009-3320
- Country: US
- Zip Code: 82009-3320
- Record
- SN00492239-W 20031220/031218212234 (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 |