Federal Bid

Last Updated on 03 May 2005 at 5 AM
Solicitation
Des moines Iowa

C--Architect and Engineering Services-Construction-Potential Sources Sought

Solicitation ID W912LP-05-R-0003
Posted Date 27 Jan 2005 at 5 AM
Archive Date 03 May 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7m8 Uspfo Activity Ia Arng
Agency Department Of Defense
Location Des moines Iowa United states 50321
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C-ARCHITECT AND ENGINEERING SERVICES-CONSTRUCTION OFFADD: USPFO FOR IOWA, IOWA NATIONAL GUARD, CAMP DODGE, 7105 N. W. 70TH AVENUE, JOHNSTON, IA 50131-1824 SUBJECT: C-ARCHITECT AND ENGINEERING SERVICES-POTENTIAL SOURCES SOUGHT SOL: W912LP-05-R-0003 DUE: 030405 POC: Theresa Cory, Contract Specialist, 515-252-4647 DESC: Synopsis: The Iowa National Guard wishes to select an Architect-Engineer Firm for Type A, B, and C services for an Indefinite Delivery/Indefinite Quantity, Multiple Disciplinary Contract for projects at the Iowa Air National Guard Base, Des Moines International Airport, Des Moines, Iowa. Typical projects include, but are not limited to: Facility renovations, HVAC retrofits, lighting, electrical upgrades, roofing, pavement, and landscaping, etc& Work includes the production of designs, plans, draw ings, cost estimates, specifications, fact finding studies, material submittals, surveys, tests, investigations, and economic analysis as required to execute construction projects. Submittal of electronic plans in AutoCAD2004 is also required. The follow ing are the significant A/E selection factors and their relative order of importance to the Government: (1) Professional qualifications necessary for satisfactory performance of required services, (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, (3) Capacity to accomplish work in required time, (4) Past performance on contracts with gove rnment agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, (5) Location in the general geographical area of the project and knowledge of the locality of the project, and (6) Volume of work aw arded by DOD during the past twelve months. The IDIQ Contract will be for a base year with four (4) one year option periods. Individual task orders may be of any value within the contract maximum ceiling value (base year and up to four option years) of $ 10,000,000.00. The resulting award will be an optional uses Indefinite Delivery/Indefinite Quantity Contract for the National Guard contracting office and other DOD activities in the state. This is not a request for proposal. Response to this notice (SF33 0) must be received in the Office of the United States Property and Fiscal Officer, Purchasing and Contracting Division, Camp Dodge, 7105 N. W. 70th Avenue, Johnston, IA 50131-1824 by close of business, 4:30 p.m. central standard time, 4 March 2005. Firms desiring consideration shall submit appropriate data as described in numbered note 24.
Bid Protests Not Available