Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
SPECIAL NOTICE

C -- GSA Region 1 Architect-Engineer (A/E) IDIQ Contract Intent to Sole Source Re-Establishing Award

Notice Date
3/28/2013
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
Region_1_AE_IDIQ
 
Archive Date
4/27/2013
 
Point of Contact
Simeon A Berry, Phone: 617-565-8618, Shirley M McCarthy, Phone: 617 565-6017
 
E-Mail Address
simeon.berry@gsa.gov, shirley.mccarthy@gsa.gov
(simeon.berry@gsa.gov, shirley.mccarthy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Intent to Sole Source an award to re-establish an Architect-Engineer (A/E) contract between AMEC Environmental & Infrastructure Inc (AMEC) and the General Services Administration (GSA). The General Services Administration, Public Building Service, Boston Service Center, Boston, MA intends to issue a sole source award in accordance with FAR 6.302-1 to re-establish Contract GS-01P-09-BW-D-0082, an Indefinite Delivery/ Indefinite Quantity (IDIQ) Architect Engineering Contract to provide professional engineering and design services on an as-needed basis to GSA's New England Region. Typical task orders issued under the intended contract include: interior space alterations; furnishing partial and/or complete design or survey services which may involve all disciplines or one or more disciplines including, but not limited to, architectural, structural, civil, fire protection engineering, estimating, mechanical, electrical, geotechnical, asbestos, landscaping; interior engineering services for reports, investigations, planning, programming, subsoil investigations, site surveys, and analysis, site utility studies, geotechnical engineering services, environmental studies, estimating and cost/pricing services, energy studies/audits, pre-design services, program/project development, design concepts, design development documents, construction documents, construction inspection/ services, post construction contract services (shop drawing review), materials and other related documents when so authorized by execution of firm fixed price delivery orders. In addition, project management and inspection services will be included as an option on projects designated. The original IDIQ contract was awarded in September 15, 2009 for professional design service as one of four (4) multiple award contracts from the same solicitation. The other three IDIQ contracts under the multiple award were GS-01P-09-BW-D-0033; GS-01P-09-BW-D-0036 and GS-01P-09-BW-D-0037. The basis of the contract award was competition under Brooks Act Procedures in FAR 36.6. The contract was awarded as a one (1) year base period and four (4) one-year option periods. The option periods were evaluated as part of the initial competition to be exercised at the rates specified in the basic contract as evaluated and negotiated at time of award. The Government fully intended to exercise Option Year 3 for all four of the multiple awards since there was a continued need for the capacity and current mix of technical qualifications of all four multiple awardees. However, the current contract Option Year expired in September 2012 due to an administrative oversight. The proposed new contract action would serve to reestablish the third and fourth option period of IDIQ contract with AMEC to include all the terms and conditions under the GS-01P-09-BW-D-0082 IDIQ contract. Although a continuation of an old contract, this will be assigned a new contract number. In order to maintain the Fair Opportunity to all four IDIQ holders as required by the terms of the IDIQ and to allow the Government the capability to choose the most highly qualified firm of the four IDIQ awards under the multiple award contract in accordance with FAR 36.6, the AMEC IDIQ award must be reestablished. Additionally, AMECs performance, just like that of the other three ID/IQ contract holders, has been deemed satisfactory to date. AMEC has been performing these services since 2009 and is fully capable of continuing to perform for the current Option Year and remaining additional Option Year. The statutory authority permitting other than full and open competition is 41 U.S.C 253 (c)(1) as cited in FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals, as no solicitation package will be issued. However, if a firm believes it can meet these requirements within the prescribed time frame with, it may give notification via e-mail to Simeon Berry, Contracting Officer, at Simeon.Berry@gsa.gov no later than April 12th, 2013, 10:00 a.m., EST. The Government will review all responses, without prejudice; whether or not the Government initially determines that another firm is fully qualified to fulfill the requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/Region_1_AE_IDIQ/listing.html)
 
Place of Performance
Address: 502 WEST GERMANTOWN PIKE, SUITE 850, Plymouth Meeting, Pennsylvania, 194621326, United States
Zip Code: 21326
 
Record
SN03022985-W 20130330/130328234748-f16eef47db073518954ccdcda62b6417 (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.