Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

C -- Architect-Engineering Services for IDIQ Contract

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
FA5004-10-R-C001
 
Point of Contact
Denise M. Ringhand, Phone: 907-377-1406, Jonathan D Dittmer, Phone: 907-377-5444
 
E-Mail Address
denise.ringhand@eielson.af.mil, jonathan.dittmer@eielson.af.mil
(denise.ringhand@eielson.af.mil, jonathan.dittmer@eielson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction: This requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for architect and engineering services. Task orders will be issued in accordance with the terms and conditions of the contract. Contract performance period is one year from the date of award with two 1-year options. The architect-engineering firm shall complete all work and services under this contract with the period specified in task orders to be issued. No task order shall be issued after the expiration of this contract. The IDIQ is being procured in accordance with The Brooks Act, Public Law 92-582, as implemented in FAR Subpart 36.6. Firms will be selected by negotiation based on demonstrated competence and qualifications for the required services. The NAICS codes are 541310 for Architectural Services and 541330 for Engineering Services. The size standards for both NAICS codes are $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting plan is not required with this submittal. It is anticipated that more than one contract will be awarded. The contract(s) shall be an indefinite delivery firm-fixed price with a contract minimum of $5,000 annually. Location & Services To Be Performed: The architect-engineering firm(s) shall perform investigatory, design, surveillance, and inspection services upon receipt of task orders for Eielson AFB, Birch Lake, Blair Lakes, Yukon Training Range, Oklahoma Training Range, and Clear AFS, Alaska. The services to be performed include planning, investigation, study, surveying, development, tests, evaluations, design, engineering, research, construction surveillance and inspections. In addition, construction support services such as consultations and responding to questions and clarifications during the construction procurement process are also required. Work Requirements & Submittals: Labor and materials to accomplish the work specified in each task order issued under this contract shall be provided by the firm(s). Complete and usable products to be furnished to the Air Force include planning documents, meeting minutes, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents required by the task orders issued under this contract to provide complete architect-engineering services. Evaluation and Selection Criteria: Submissions of completed Standard Form 330 (SF 330) received in response to this notice will be evaluated by a government evaluation board in accordance with The Brooks Act, Public Law 92-582, and the Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. Recent (within the past 5 years) relevant performance in preparing projects valued between $100K and $1M may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The selection will be based on the following criteria: (1) Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract. Availability of experienced key personnel and consultants, and the number of years the consultants have worked with the firm. (2) Past Performance: Past performance history on both DoD and other contracts in terms of quality of work, cost control, and compliance with performance schedules. (3) Specialized Experience: Technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Specialized experience and technical competence of key personnel and consultants in the type of projects being designed under this contract, particularly investigation, engineering, and design services. If applicable, demonstrated success in achieving waste reduction and energy efficiency in facility design. (4) Geographic proximity to Eielson AFB, provided there are an adequate number of qualified firms. (5) Firms multidisciplined in nature or clearly indicate their consultants. (6) Professional capacity of the firm to perform the work in the required time. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at https://www.bpn.gov/ccr and the ORCA website at https://orca.bpn.gov. Interested firms shall submit six (6) copies of the SF Form 330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-10-R-C001/listing.html)
 
Place of Performance
Address: 354 Broadway St Unit 5B, Eielson AFB, Alaska, 99702-1887, United States
Zip Code: 99702-1887
 
Record
SN02055043-W 20100204/100202234621-6b4cb0d3d095613d7a6d3cb6d33c8317 (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.