Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
PRESOLICITATION NOTICE

C -- Open End A-E Mechanical/Electrical/Fire Protection

Notice Date
1/9/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd Bldg 707, Goodfellow AFB, TX, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
Reference-Number-FQ303013050100
 
Response Due
2/8/2002
 
Archive Date
9/1/2002
 
Point of Contact
Mary Blalock, Contract Administrator, Phone 915-654-4419, Fax 915-654-5149, - Brenda Lauer, Chief, Engineering and Information Technology Flight, Phone 915-654-5174, Fax 915-654-5149,
 
E-Mail Address
mary.blalock@goodfellow.af.mil, brenda.lauer@goodfellow.af.mil
 
Description
This solicitation is unrestricted, open to both large and small businesses. The NAICS for this acquisition is 54130 and the size standard is $4 million. The basic contract is anticipated to be awarded during March 2002. The government intends to award one contract as a result of this synopsis but may, at it?s option, award additional contract(s) from this synopsis. Any additional contract awards will be made no later than 15 Aug 02. It is anticipated that a negotiated firm-fixed price contract with a basic period of 365 days and four 365-day options will be awarded. Projects will be issued to the A-E firm via task orders against the basic contract. A single task order will not exceed $299,000.00 and the cumulative amounts of all task orders will not exceed $3,750,000.00 for the life of the contract. A guaranteed minimum of $5,000.00 in work will be issued under the contract. Task orders will be issued as the need arises during the contract period. Design services required will be predominantly renovation, additions, alterations, remodeling, minor construction, repair, and maintenance type projects; including preparation of drawings, specifications, design analyses and cost estimates for the purposes of bidding and construction. Various types of A-E services such as site investigation, drafting and CADD services, inspection, planning, studies, and reports may also be required as related to project design. Projects may include various combinations of disciplines including architectural, civil, structural, and environmental but will be predominantly mechanical/electrical/fire protection projects. Firms desiring consideration should have on-staff or listed as key consultants the complete array of major engineering and architectural disciplines. Significant evaluation factors in the descending order of importance are as follows: a.) Recent specialized experience in the areas of remodeling/renovation of administrative/industrial/training/living/medical Air Force type facilities. This work requires the ability to coordinate various engineering disciplines and the multi-faceted aspects of phasing of construction to accommodate work under occupied conditions. Do not list more than a total of 10 projects in block 8 of the SF 255. Indicate which consultants/sub-contractors from the proposed team, if any, participated in the preparation of each design project. b.) Past performance of firm with respect to execution on relevant previous Department of Defense (DoD) and other contracts including but not limited to such factors as reliability of cost estimates, construction changes, and design awards/recognition. Indicate by briefly describing internal design quality control procedures and cost control initiatives. Indicate effectiveness by listing the budget, final A-E estimate, contract award amount, percentage differential, construction change orders amount and percentage for up to five projects. Listing of any design awards received. c.) Professional qualifications of actual staff members to be assigned to the projects. Additionally, principal must have on his staff or listed as a consultant firms/individuals with demonstrated experience in environmental testing, design and remediation expertise including friable asbestos, lead-based paint, and underground toxic substances. They shall have demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Also, indicate who will be the single prime project manager/single point of contact for all Goodfellow AFB projects, and provide a ladder diagram organizational chart identifying by name key staff members for Goodfellow AFB design work. d.) Capacity of firm to respond to short-notice requirements and to accomplish complete designs within required established schedules. Indicate the firm?s present workload and the availability of the project team (including consultants/sub-contractors) for the anticipated initial performance period March 2002 through March 2003. e.) Location in this geographical area of consideration which is within a 235-mile radius of Goodfellow AFB, San Angelo, TX (Only firms in this geographical area/radius will be considered) and knowledge of the locality of the projects at Goodfellow AFB, TX. f.) Volume of DoD design work awarded in the past twelve months with the objective of effecting an equitable distribution of contracts among qualified firms. Firms desiring consideration must list the dollar value of actual contract awards for design services for the previous 12-month period immediately preceding the date of this announcement on SF 255 item 10. g.) The extent to which SDB concerns are specifically identified, past performance of the firm in complying with subcontracting plan goals for SDB concerns, monetary targets for SB participation, and the extent of participation of SDB concerns in terms of total contract value. The extent to which potential contractors identify and commit to small business, to small disadvantaged business (SDB) if the NAICS Industry Subsector of the subcontracted effort is one in which use of an evaluation factor or subfactor for participation of SDB concerns is currently authorized (see FAR 19.201(b)), and to historically black college or university and minority institution performance as subcontractors. Firms desiring consideration shall submit appropriate data in duplicate including both SF 254 and 255 described in numbered note 24. SF Forms 254/255 must fully address all evaluation factors to be considered for selection to include business size and status of all consultants/subcontractors. All information must be included on the SF Forms 254/255 (cover letter, attachments, brochures, etc. will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis (i.e., listing more than a total of 10 projects in block 8, not listing which office of multiple office firm?s completed projects listed in block 8, etc.) may be negatively evaluated under selection criteria. This is not a Request for Proposal. For further information contact 17 CONS/LGCA at the address/phone number listed above. Response to this notice (SF 254/255) must be received by the contracting office no later than 08 Feb 02
 
Place of Performance
Address: Goodfellow AFB, TX
Zip Code: 76908
Country: USA
 
Record
SN20020111/00012892-020110090228 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.