Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2007 FBO #1887
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
1/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BPD-07-R-0007
 
Response Due
2/28/2007
 
Archive Date
1/25/2008
 
Description
The Bureau of the Public Debt on behalf of the Armed Forces Retirement Home (AFRH) has a requirement for an Indefinite Delivery Indefinite Quantity contract for Architect & Engineering Services for a period of one year with four (4) 1-year options periods. The contract will be for services to be performed at the primary work site in Washington, DC and secondary work sites may include other locations throughout the United States. This is a multi-disciplined Architect-Engineer IDIQ contract. Professional capabilities include, but are not limited to, architectural in the field of housing and health care for the aging, interior design, civil, structural, mechanical, electrical, geotechnical, survey, landscaping, food service consultant, cost estimator, historic preservation, and construction management. The work consists of specific architectural and engineering services for a Continuing Care Retirement Community to include, but not limited to, feasibility study, concept design, plans and specifications, construction cost estimates, field engineering investigation, new building and renovation work, construction management and bridging documents for design/build for the Armed Forces Retirement Home (AFRH). The contract minimum will be satisfied by the placement of one task order under this contract. The estimated aggregate maximum dollar value for all task orders issued under the resulting contract is $30,000,000.00 over the sixty-month term of the contract. Architect & Engineering Services Firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence in the fields of energy conservation, pollution prevention waste reduction, the use of recovered materials, and services regarding asbestos related work. Selection criteria for this acquisition are listed below in descending order of importance: 1. Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing multi-disciplined architectural and engineering services as described above. 2. Professional qualifications necessary for satisfactory performance. Evaluation will be based on the number of qualified personnel and their knowledge level associated with the requirements above, and their availability to actively perform work on this contract. 3. Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. 4. Quality assurance and interdisciplinary coordination methods used by firm during design. 5. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedule. A Fixed-Price Indefinite Delivery Indefinite quantity (IDIQ) contract will result from this solicitation, including profit, overhead, and hourly rates for the disciplines required. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. Architectural or Engineering (A/E) firms must submit six (6) copies of completed Standard Form (SF) 330 and other pertinent information (FAR 53.236-2(b)). This procurement is unrestricted. Offerors, prior to being awarded any contract exceeding $550,000 ($1,000,000 for construction) shall be required to submit an acceptable subcontracting plan (see FAR 52.219-9 Alternate II) or demonstrate that no subcontracting opportunities exist. This provision does not apply to small business concerns. In accordance with Public Law 95-507, the A/E will be required to submit a plan for providing the maximum practicable opportunities for small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of this contract. As part of its commitment to socioeconomic initiatives of the Federal Government, the Department of Treasury has established subcontracting goals. The current Department of Treasury subcontracting goals are: 23 % for small business, 3 % for HUBZone Small Business, 5 % for Small Disadvantaged Business (SDB), 5 % for Women-Owned Small Business (WOSB), and 3 % for Service Disabled Veteran-Owned Small Business (SDVOSB) for fiscal year 2007 . For this procurement, the Department of the Treasury expects all proposed subcontracting plans to contain the above goals, at a minimum. Although there is no statutory goal for Veteran-Owned Small Business (VOSB) concerns, a VOSB goal must be proposed in accordance with FAR 19.7 and should represent the offeror?s best effort to provide the maximum practicable opportunities for VOSBs. These percentages shall be expressed as percentages of the total available subcontracting dollars. The A/E is limited to subcontracting to firms agreed upon during negotiations. Six copies of the SF 330 must be received by 2:00 PM Eastern Standard Time on February 28, 2007. The mailing address for responses is The Bureau of the Public Debt, Procurement Services Branch, Attention: Harry Scott, BPD-07-R-0007, 200 Third Street, Avery Street 5th Floor, Parkersburg, West Virginia 26106-5312. Faxed, facsimile, or emailed submittals will not be accepted or considered. All submittals must identify the Solicitation Number BPD-07-R-0007 on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-1. All responsible sources are encouraged to furnish a submittal, which will be considered. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to PSB1@bpd.treas.gov.
 
Place of Performance
Address: 3700 N. Capitol Street, NW, Washington, DC
Zip Code: 20011-8400
Country: UNITED STATES
 
Record
SN01218595-W 20070126/070124221616 (fbodaily.com)
 
Source
FedBizOpps 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.