Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
SOLICITATION NOTICE

C -- Indefinite delivery/quantity Open-End Architect/Engineer services in support of the Minnesota Air National Guard Base, Duluth International Airport.

Notice Date
1/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-04-R-0003
 
Response Due
3/2/2004
 
Archive Date
5/1/2004
 
Point of Contact
Terrence Strom, 320.632.7276
 
E-Mail Address
Email your questions to USPFO for Minnesota
(terrence.strom@mn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an indefinite delivery/quantity Open-End A/E contract in which specific delivery orders will be negotiated and issued as projects requiring A/E services are identified. The contract will primarily support the Minnesota Air National Guard Base (ANGB) located at the Duluth International Airport. In addition, delivery orders may also be issued for projects at the Minneapolis/St. Paul ANGB, Minneapolis/St. Paul IAP. The A/E services required may include Feasibility Studies, Investigative and Conce pt (Type A) services, Design (Type B) services, and Construction Inspection and Testing (Type C) services at Government option. This contract will be in effect for a one-year duration, with the provision to extend for four additional one-year extensions, a t the option of the Government. The cumulative amount for all delivery orders issued in any one contract year shall not exceed $2,000,000. The cumulative total of all delivery orders for the base any all potential option periods shall not exceed $10,000,00 0. Note that regulations preclude firms that design a Government project from constructing same. Firms desiring consideration shall submit appropriate data as described in numbered note 24 not later than the close of business, Tuesday, March 2, 2004. Submi t data via U.S. Mail or commercial courier (UPS, Fed-Ex, etc.) to Contracting Division, c/o USPFO-Minnesota, Building 15-2, Room 107, 15000 Highway 115, Camp Ripley, Little Falls, MN 56345-4173. Only one copy of your submittal is required. Previous submiss ions will not be considered. This is not a request for proposal. The North American Industry Classification System (NAICS) codes for this acquisition are 541310, Architectural Services (Standard Industrial Classification (SIC) code 8712), or 541330, Engine ering Services (SIC code 8711). This is an unrestricted acquisition, not set-aside for any specific group. All firms may apply, and submissions from small business and small disadvantaged business are encouraged. Should a large business be selected for the ultimate contract, it shall comply with FAR 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan, for work it intends to subcontract. This plan is not required with this submittal, but must be provided and approved prior to award to any large business. The small business size standard is $4.0 million in annual average gross revenues for the last three (3) fiscal years. Firms under consideration by the selection board will be evaluated under the following criteria in descending orde r of importance: (1) Professional qualifications necessary for satisfactory performance of the services required under this contract; (2) Specialized experience and technical competence in this type of work, including, where appropriate, experience in ener gy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required timeframe, to include suitability of firm size, organization, and disciplines; (4) Past performance on previous work in terms of cost control, quality of work, and compliance with performance schedules; (5) Geographic proximity to the Duluth area; (6) Volume of Air National Guard and other DoD work awarded during calendar year 2003 and 2004 to date (inverse), with t he object of effecting equitable DoD contract distribution. Final selection order of preference shall be determined by a voting board after providing A/E firms with the opportunity to make a presentation, and further examination of qualifications. Direct a ny questions regarding this synopsis to the Contracting Officer listed above. Site visits for the purpose of discussing your firm's qualifications and experience will not be scheduled by other than the selection board during the selection period. For addit ional submission information, see numbered note 24.
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
Country: US
 
Record
SN00504626-W 20040117/040115212025 (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.