Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2004 FBO #0993
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Architect and Engineering Contracts

Notice Date
8/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-04-R-0015
 
Response Due
9/13/2004
 
Archive Date
11/12/2004
 
Point of Contact
Michael Koontz, 717-861-8643
 
E-Mail Address
Email your questions to USPFO for Pennsylvania
(michael.koontz@pa.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the selection of two Architect/Engineering Firms for the award of two Indefinite Delivery Indefinite Quantity (IDIQ) contracts in support of the Pennsylvania Army National Guard. The contracts will primarily be utilized to s upport Military Construction (MILCON) of Readiness Centers (RC) and Organizational Maintenance Shops (OMS) for the Stryker Brigade Combat Team (SBCT). The contracts may also be utilized for any other projects that are required to support the Stryker Briga de Combat Team (SBCT). The contracts will not be awarded as multiple award contracts. Each contract will stand-alone and orders will be placed at the discretion of the Contracting Officer. The primary Scope of Work will consist of but not limited to site surveys, site coordination, and geotechnical work as well as site designs. Preliminary designs of facilities and support systems. Preliminary outline specifications and generation of Requests for Proposals (RFP) to be utilized for subsequent source selections of Design-Build (D-B) firms. The selected Design-Build Firms will then take designs to 100% and construct the SBCT facilities. Scope may also include Construction Management (CM ) support; e.g., commissioning, sustainable design evaluation, and on-site technical liaison during construction. Some of the projects are for the construction of new facilities while others are renovations of existing facilities. Potential projects are l isted as follows: Fiscal Year 2005 designs: Chambersburg RC, Reading RC, Carlisle OMS, Ridgeway RC, Lancaster County RC, Lancaster County OMS, Northampton County RC, Northampton County OMS, Punxsutawney RC, Lewiston RC, and Butler RC. Fiscal Year 2006 designs: Carlisle RC, Bedford/Huntington County RC, Delaware/Chester County RC, Philadelphia North RC, Philadelphia North OMS, Plymouth Meeting RC, Plymouth Meeting OMS, Phoenixville RC, Butler OMS, Kutztown RC, Lebanon RC, Hazelton RC, Hanover RC, and Altoona RC. The contracts will be established for one (1) base year with four (4) option years. Individual task orders may be of any value within the maximum ceiling contract value (base year and up to 4 option years) of $20,000,000. A/E firm may decline to negot iate potential task orders in excess of $3,000,000. The following evaluation criteria, listed in descending order of importance, will be used to evaluate firms and determine the most highly qualified firms for possible contract award. 1. Specialized Experience: A firm's knowledge/understanding of, experience with, and application of the design-build engineering and construction, request for proposal (RFP) generation/process, design experience with Readiness Centers (RC's), and design experience with Organizational Maintenance Shops (OMS's) will be evaluated. 2. Professional Qualifications: Firm's will be evaluated concerning the breadth, depth, and relevant experience of their personnel's overall in-house design team/teams to perform the required support. Key positions to be evaluated include Project Manger s, Quality Assurance Managers, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, and Environmental Engineers. Joint Ventures are discouraged. 3. Proximity to and knowledge of/experience with the design and construction environment relating to the D-B sites as listed above: This factor evaluates the location of the A/E firms design office. The personnel identified as the key design team staff a re expected to work in the design office identified for the evaluation of this factor. 4. Capability to accomplish work in a quality manner in required time: A firm's capability to accomplish multiple multi-million dollar projects at one time, given their current projected workload and the availability of their key personnel will be evalua ted. The overall number of key personnel available will also be evaluated. A /E is encouraged to provide a chart showing current workload and expected capacity. 5. Past performance: A firm's past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules will be evaluated. 6. Volume of work awarded by DOD during an average 12 month period: This factor evaluates the volume of DOD work awarded to a firm in past twelve months in interest of equitable distribution of work. To be considered for a contract, firms shall submit three copies of their Standard Form 330 (This form replaces the old Standard Forms 254 and 255) to the USPFO for Pennsylvania, Department of Military and Veterans Affairs, Puchasing and Contracting O ffice, Room #242, Fort Indiantown Gap, Annville, Pennsylvania 17003-5003 no later than 13 September 2004. All responsible sources shall be considered.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00643690-W 20040815/040813212522 (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.