Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS, Unit 14040, Andersen AFB, GU, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-05-R-0003
 
Response Due
3/18/2005
 
Archive Date
4/2/2005
 
Description
Description: Architect ? Engineer (A-E) services are required for design of miscellaneous operations and maintenance projects and supporting services at Andersen AFB and Air Forces activities within Guam. Design services required will be in conjunction with all types of construction projects to include, but not limited to the following: new/minor construction, additions, alterations, modifications, repairs, and maintenance work. Services for each task order may include engineering studies, field surveys, preparation surveillance and inspection required to accomplish all Title I, II and III Services. Computer aided drafting design (CADD) will be required and shall be compatible with 36th Civil Engineer Squadron system software. Projects may include various combinations of architectural, landscape architecture, civil/survey, mechanical, electrical, structural, fire protection, and environmental disciplines. U.S. firms doing business in Guam shall provide, on the first sheet of the drawings, the stamp and signature of a Registered Architect or Professional Engineer who is a principal of the A-E firm. In addition, the first sheet of drawings for each discipline, such as Civil, Architectural, Structural, Mechanical, and Electrical, shall be stamped and signed by the appropriate registered architect or professional engineer. Contract Information: This announcement is placed under the Small Business Competitiveness Demonstration Program and is open to all businesses regardless of size. It is a possibility that more than one firm may be selected and they will be considered for award simultaneously from this acquisition. An open-end contract will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. Individual task order fees issued under this contract will not exceed cumulative amount of $2,000,000 per year with this same cumulative amount for each exercised option year. No individual TO issued against this contract shall exceed $800,000. Annual cumulative amount, for the basic and each option year over the life of the contract is $10,000,000. The selected firm(s) are guaranteed a minimum of $5,000.00 in fees for the life of the contract. The NAICS code for this acquisition is 541310 and 541330. All firms interested in this announcement must be registered with the Central Contractor Registration (CCR), in order to receive a Federal contract award. To register, go to the CCR Internet address at http:// www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the Civil/Structural Engineering Firm ineligible for award. SELECTION CRITERIA: Selection will be based upon the firm?s qualifications in accordance with the following criteria in order of relative importance: 1. Recent specialized experience and technical competence in performing designs. 2. Professional qualifications of the staff and consultants that will perform the actual work. 3. Professional capacity of the firm to accomplish the work in the required time. 4. Past performance history on both DoD and other contract in terms of quality of work, compliance with schedules, and cost control. 5. Location of the design firm in the general geographic area of the project and knowledge of the locality of the project. 6. Implementation of Design Quality Control Program. A-E firms that meet the requirements described in this announcement are invited to submit a completed Standard Form 330(ref. FAR 36.603(b)), U.S. Government Architect-Engineer qualifications, with appropriate documentation of professional registration(s) contained herein to: TSgt David J. Libby, 36 CONS/LGCA, Unit 14040 Bldg 17000, APO AP 96543-4040. A current SF 330 is required for each consultant listed. No other general notification to firms under consideration will be made and no further action is required.
 
Place of Performance
Address: Unit 14040 Bldg 17000, Andersen AFB Guam
Zip Code: 96543
Country: US
 
Record
SN00743545-W 20050203/050201212052 (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.