MODIFICATION
C -- ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE DESIGN AND CONSTRUCTION SUPPORT SERVICES, PRIMARILY FOR JOINT BASE LEWIS-MCCHORD (JBLM) WASHINGTON
- Notice Date
- 4/15/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-15-R-0022
- Response Due
- 5/11/2015
- Archive Date
- 6/14/2015
- Point of Contact
- Kathaleen Schollard, 2539664369
- E-Mail Address
-
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This pre-solicitation notice has been modified. The due date for proposals of 11 May 2015 remains the same. quote mark The purpose of this modification is to provide the following clarifying information for PRIMARY CRITERION 1: For purposes of this selection criterion, an IDIQ contract will be counted as ONE project as long as that IDIQ contract encompasses one or more completed Task Orders. For your convenience, the following is the complete, modified verbiage for CRITERION 1. SF 330, PART 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience in providing full multi-discipline and abbreviated design services for renovation, repair and minor construction projects. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) is complete. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. Note: For purposes of this selection criterion, an IDIQ contract will be counted as ONE project as long as that IDIQ contract encompasses one or more completed Task Orders. The evaluation will consider current and former relationships between the prime A-E firm and its proposed sub-consultants. Projects that demonstrate experience completing work that requires anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this criterion. Projects that demonstrate experience in incorporating Leadership in Energy and Environmental Design (LEED); concepts and principles of Low Impact Development (LID) and Sustainable Design and Development (SDD) may also be rated more favorably for this criterion. quote mark POC: Any questions regarding this announcement should be addressed to Kathaleen Schollard at kathaleen.schollard@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, Seattle District, Contracting Division, Special Projects Branch, Bldg 2015, Room 337, North 4th and Pendleton, Joint Base Lewis-McChord, Washington 98433
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0022/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03700828-W 20150417/150415235206-c150af7c87e90c2068d8330e11790bc9 (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 |