SOURCES SOUGHT
C -- Design a Combined Arms Collective Training Facility
- Notice Date
- 9/19/2007
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J7-08-R-9999
- Response Due
- 10/23/2007
- Archive Date
- 12/22/2007
- Point of Contact
- Kevin J. Thompson, 208 272-4601
- E-Mail Address
-
USPFO for Idaho
(kevin.thompson@id.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Design a Combined Arms Collective Training Facility (CACTF) for the Idaho Army National Guard. The general Scope for the project includes approximately 13 structures of permanent construction that represent a generic architectural style and incorpo rate specific training features including targetry. The general scope should follow the funding and project requirements as stipulated in the approved DD 1390/91 dated 29 Jun 07. Base planning documentation will be provided by the IDARNG in the form of t he Project Planning Document Charrette, dated December 1, 2006 for the CACTF. The facilities design will reference the U.S Army Corp of Engineers Design Guide for Sustainable Range Program - Combined Arms Collective Training Facility Design Guidelines C EHNC 1110-23 for the types of training structures and training features with a maximum construction cost of $15.788 million. This acquisition will result in a firm fixed price contract involving Type A, Investigative Services; Type B, Design Services; and Type C, Construction Inspection Services. Selection of the firm will be based on the following criteria in descending order: (1) Professional Qualifications necessary for satisfactory performance of the required services; Work is expected to include, but not limited to, Architectural, Civil, Mechanical, Electrical, Structural, Geo-Technical, Surveying, and Landscape. (2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in military facili ties, energy conservation, (LEED certification processes), Anti-Terrorism and Force Protection, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on c ontracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Have knowledge of the locality of the project, and (6) Acceptability under other appropriate evaluation criteri a. Firms having the capability to design projects requiring the disciplines listed are invited to submit SF 330, Architect-Engineer Qualifications in 3 copies. Firms responding to this announcement within 30 calendar days of this notice will be considere d. The SF 330 should reflect all experience related to a military training facilities type contracts and the type of contracts designed and/or managed. Firms with more than 1 office shall indicate on the SF 330 the office out of which the work will be per formed and the staffing composition of that office. Should a Large Business be selected for this contract, it shall comply with FAR 52.219-9 Small Business and Small Disadvantaged Business Subcontracting Plan. The plan is not required with initial submis sion but will be requested and required prior to award. This provision does not apply to small business concerns. Anticipate a single award will be made from this announcement. No personal visits for the purpose of discussing this announcement or the su bmittal will be permitted. In accordance with DFARS 204.7302 and firm must be registered with Central Contractor Registration (CCR) prior to award of this contract. Applications for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. Contractors would also be required to submit Online Representations and Certifications Application (ORCA), per FAC 2001-26 and the Federal Register. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The RFP will be issued after the Selection A uthority has made the selection decision. If there are any questions, please e-mail them to: Kevin J. Thompson at Kevin.thompson@id.ngb.army.mil Submittal packages shall be sent to USPFO, Idaho Contracting Division, 3489 W. Harvard St. Bldg 564, Boise ID 8 3705-6512. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-08-R-9999/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
- Zip Code: 83705-6512
- Country: US
- Zip Code: 83705-6512
- Record
- SN01411874-F 20070921/070920092515 (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 |