Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
DOCUMENT

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR ARCHITECTENGINEER DESIGN AND RELATED SERVICES ACROSS THE NAVFAC SOUTHEAST AOR. - Attachment

Notice Date
4/12/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, BLD 903 Box 30 NAS Jacksonville, FL 32212-0030
 
ZIP Code
32212-0030
 
Solicitation Number
N6945012R0041
 
Response Due
4/30/2012
 
Archive Date
5/15/2012
 
Point of Contact
Michael C. Bocskovits (904) 542-6915 michael.bocskovits@navy.mil
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0002; EXTENDS DUE DATE, ADDS MINOR CHANGES AND ANSWERES RFIs. CONFORMED SYNOPSIS (SUMMARY) ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. Naval Facilities Engineering Command Southeast (NAVFAC SE), Naval Air Station (NAS) Jacksonville, Florida intends to award up to four (4) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for Professional Architectural and Engineering (A/E) design services. The contract will primarily provide design services for Department of Defense (DoD) and Non-DoD facilities located in South Carolina, Georgia, Florida, Alabama, Mississippi, Louisiana, Texas, Guantanamo Bay Cuba, and Andros Island Bahamas. Although less frequently, this contract could be used for design services at activities located within the entire NAVFAC AOR (worldwide). Design services will primarily be for preparation of Design Bid Build documents (100% plans and specifications) and Design Build Requests for Proposal (RFPs). Projects will include new facilities and renovation/modernization/repair of existing facilities. Project types will include general building construction (administrative and training facilities, dormitories, hangars, child development centers, fitness centers, etc.), airfield projects and waterfront projects. Other ancillary activities associated with providing the above services will include, but not be limited to, topographic surveys, geotechnical investigations, lead and asbestos surveys, hurricane damage facility condition assessments, cost estimates, and DD 1391 Military Construction Data documentation. The duration of the contract will be for one (1) year from the date of initial contract award, with up to four (4) additional one-year option periods. The total amount that may be paid under each contract, including option years, will not exceed $30,000,000. The Government guarantees a minimum of $10,000 for the contract term of each contract awarded from this synopsis. The minimum guarantee is typically met by the issuance of the first task order. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. In the event the estimated annual fee is not met, the Government reserves the right to carry-over any unused capacity to the following option year(s). The options may be exercised at the discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. The proposed contracts are being solicited as UNRESTRICTED, FULL AND OPEN to all large and small business concerns. The North American Industry Classification system (NAICS) for this contract is 541330. The prime firm and consultants for each contract will be required to perform throughout the contract term (including option years, if implemented). The anticipated value of construction projects for this procurement will typically be less than $30,000,000 although larger projects may be included. *** SEE ATTACHED SYNOPSIS, AMENDMENTS, AND RFIS FOR FULL DETAILS ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b709ed3ca2577148949f1356b59b0c4)
 
Document(s)
Attachment
 
File Name: N6945012R0041_N69450-12-R-0041_-_Amendment_0002,_A-E_Synopsis_for_NAVFAC_SE_AOR.docx (https://www.neco.navy.mil/synopsis_file/N6945012R0041_N69450-12-R-0041_-_Amendment_0002,_A-E_Synopsis_for_NAVFAC_SE_AOR.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6945012R0041_N69450-12-R-0041_-_Amendment_0002,_A-E_Synopsis_for_NAVFAC_SE_AOR.docx

 
File Name: N6945012R0041_RFI_Responses_4_12_2012.docx (https://www.neco.navy.mil/synopsis_file/N6945012R0041_RFI_Responses_4_12_2012.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6945012R0041_RFI_Responses_4_12_2012.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02720423-W 20120414/120412235105-0b709ed3ca2577148949f1356b59b0c4 (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.