SOLICITATION NOTICE
C -- Architect and Engineering Support Services
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL BUSINESS CENTER BC664, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- NDR040065
- Response Due
- 9/30/2004
- Archive Date
- 8/26/2005
- Point of Contact
- Tracie Richardson Contracting Officer 3032363515 tracie_richardson@blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- 8a Competitive
- Description
- The Bureau of Land Management (BLM), National Science and Technology Center (NSTC), is seeking one or more qualified 8(a) firms to provide architectural and engineering (A/E) support services for projects located bureau wide within the Continental United States and Alaska. The contract(s) will be used to augment the A/E capability within the NSTC in Lakewood, Colorado, for specific technical architectural/engineering skills in the area of planning, design, and construction administration activities. A/E services shall consist of evaluations of field conditions, pre-design services, project planning, design, and construction administrative services of new and existing BLM facilities including dams and bridges. Tasks may include design of public and administrative facilities; utilities; housing; roads, trails, dams and bridges; dikes, canals, boat ramps, pump stations, water control structures; fences and gates; and various other BLM structures. In addition, A/E Support Services may include projects that support the Office of Fire and Aviation. A/E Support Services may include, but are not limited to, the following: a. Pre-Design Services which may include statement or scope of work preparation, evaluating and assessing existing conditions of various BLM structures/facilities (including dam and bridge inspections), data gathering, conducting field investigations (geotechnical and survey), preparation of feasibility studies, technical support services in support of National Environmental Protection Act (NEPA) requirements, and coordination with local utilities and permitting. b. Title I Design which may include advance project planning, feasibility studies, programming, development of preliminary project budget estimates, development of schematic and conceptual designs, and preliminary design analysis. c. Title II Design which may include preparation or review of Final Design documents (Drawing, Specifications, and Cost Estimates) and final engineering analysis (including seismic design, compliance, verification) associated with the construction and/or rehabilitation of new/existing structures/facilities. d. Title III Construction Administration/Management which may include management of all activities required to complete the proposed facility construction (advertisement and bidding process, contract award, construction surveillance, facility commissioning, warranty inspections, post occupancy evaluation/s). e. Value Engineering/Analysis (including life cycle costing, energy conservation, LEEDS and sustainability). f. Other studies, analysis, and support related to facility planning, design and construction management. The evaluation criteria, listed in descending order of importance, are: 1. Demonstrated experience and technical competency of the team in performing A/E services on facilities similar to those listed above. 2. Professional qualifications of key individual A/E team members. 3. Demonstrated capability of the firm to respond quickly, efficiently and cost effectively to the NSTC in support of the various projects located throughout the Continental United States and Alaska. 4. Demonstrated successful history of quality work and appropriate cost control on Government services contracts. The resultant contract(s) will be Indefinite Delivery Indefinite Quantity (IDIQ) contracts and task orders will be issued defining the scope of services for each project as funding becomes available. The guaranteed minimum quantity of services the Government will acquire inclusive of the base period and all option periods for each contract is $5,000.00. The maximum quantity of services to be acquired under each contract will not exceed $5 million for the life of the contract. The anticipated period of performance of the contract will be a one-year base period beginning from the date of award through month 12, plus four one-year option periods. All interested certified 8(a) firms are invited to submit a letter of interest and a completed Standard Form 330. To be considered for selection, responses must be received no later than 4:00 P.M., local Denver time, September 30, 2004, at the Bureau of Land Management, Attn: Tracie Richardson, National Business Center, BC-664, Bldg. 50, DFC, P.O. Box 25047, Denver, CO 80225-0047.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=751058)
- Place of Performance
- Address: Continental US and Alaska
- Zip Code: 80225
- Country: US
- Zip Code: 80225
- Record
- SN00655727-W 20040828/040827094845 (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 |