Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SPECIAL NOTICE

C -- Architect and Engineering Services

Notice Date
4/11/2002
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
 
ZIP Code
65305
 
Solicitation Number
F23606-02-R-0004
 
Response Due
5/13/2002
 
Archive Date
5/28/2002
 
Point of Contact
Ann Robinson, Contract Specialist, Phone 660 687 4820, Fax 660 687 5462, - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822,
 
E-Mail Address
509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
 
Description
A. DESCRIPTION OF SERVICES: This is an Architect and Engineering (A-E) Design Services for an A-E Open End, with multiple disciplines indefinite delivery indefinite quantity (IDIQ) type contract. A-E services are required for design of various construction, repair and maintenance contracts at Whiteman AFB, Missouri. The construction documents will be prepared for Design-Bid-Build (full plans & specs). The type of work includes repairs, renovations, alterations, upgrades, possible replacements (new construction), and associated demolition work. Work will include architectural, structural, mechanical, plumbing, electrical, MIS technician and fire protection, surveying, environmental and civil disciplines. Site work may include storm water management, landscaping, parking, sidewalks, bike paths, utilities, and other improvements. Familiarity with sustainable design through an integrated design approach is required. Familiarity with English and metric system of measurements is required. All drawings are to be in electronic attachment format, DFX or DGN format and shall be 100% compatible with Computer Assisted Design Drawings Software (CADD). Documentation shall be furnished with each drawing file detailing level layer usage, and scale information for drawings. The possibility of hazardous materials, i.e., asbestos, lead paint, and other materials may exist at project sites. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of construction requirements/acquisitions. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, concept designs, cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, preparation of construction record drawings, and O&M manuals, may be required at any time up to final acceptance of all work. The selected A-E contractor(s) will be required to participate in an orientation, scope of work, and site visit meetings (when requested) within seven calendar days of notification for each project and provide a cost proposal within seven calendar days after receiving the request for proposal. Each project will be in the form of a delivery order for a firm fixed price A-E contract. A-E services for these delivery orders will be subject to the availability of funds. The A-E firm awarded the contract will be required to submit engineering packages for construction projects that range from $250,000 to $5 million dollars. This contract will be subject to a minimum of $25,000 throughout the life of the contract including the base and four option years (TOTAL OF 5 YEARS). In accordance with AFFARS 5336.691, no individual delivery order may exceed $299,000 in fees, and the fees under this award may not exceed $750,000 for any year or option period. Because this contract could eventually result in an award over $500,000, a sub-contracting plan will be required by large business concerns. All contractors are required to be registered in the Central Contractor Registration Database prior to receiving a contract award. Site visits will not be arranged during the advertisement period. This request for proposal is being solicited on an unrestricted basis, using the two-phase selection procedures outlined in FAR Part 36. Phase I will consist of selecting the top five A-E firms meeting the selection criteria below. During Phase II, through the discussion process, the top three firms will be identified. The price proposal will be requested from those firms. Any or all of those firms may be selected for negotiations. The Government may award more than one contract for A-E Services. The estimated start date is 1 September 2002. B. SELECTION CRITERIA: Selection Criteria to be utilized are listed in the relative order of importance as follows: 1. Professional qualifications of the A-E firm and consultants, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultants for the following: Architects, Structural, Civil, Environmental, Mechanical, Electrical Engineers, Plumbers, Interior Designers, Landscape Designers, Registered Surveyors, MIS Technicians and Fire Protection Specialist; 2. Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials; 3. Demonstrated capacity in accomplishment of the work within established time limits, meeting project dollar thresholds, and current work load; 4. Past performance of the A-E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; 5. History dollar value and magnitude of requirements performed; 6. Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD); 7. Geographical location and knowledge of the locality of the project provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. C. REQUIRED DOCUMENTS: Interested firms must submit SF 254?s and SF 255?s, Architect Engineer Related Services for Specific Projects, including fax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 254 in Block 1. Include on the SF 255 in Block 10 why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm such as cost savings techniques and concepts; the relative utility of alternative methods and feasible ways to prescribe the use of recovered materials; and any ways to achieve waste reduction and energy-efficiency in facility designs. Limit your SF 254 and SF 255 forms along with supporting data for a total package of not more than 50 pages, 8.5 x 11 paper, 12 pitch. Experiences identified in Block 8 should not be more than 3 years old. The A-E firm's primary person proposed to be the direct day-to-day contact with Whiteman AFB, throughout the contract term must be identified as the "Project Manager". Contractors shall state on their SF 254 and 255s all businesses, Federal, State, or Local Government agencies for whom the contractor has been awarded a contract during the past three years. List at least five designs, two must have been in the state of Missouri or its surrounding states; provide point of contact, telephone number, dollar amount and brief description of work. If an offeror has more than five awarded contracts during the past three years, then identify only the last five consecutive awarded and completed contracts. D. WHERE TO SUBMIT DOCUMENTS: A-E firms that meet requirements described in this announcement are required to submit two copies (1 original and 1 copy) of their completed SF 254?s and SF 255?s. Firms desiring consideration must provide completed packages to this office no later than 13 May 2002, 4:30 p.m. local time. Fax copies will not be accepted. Please mark your correspondence as time sensitive, identify Request for Proposal F23606-02-R-0004, and address to: 509 Contracting Squadron, 727 Second Street, Suite 124A, Whiteman AFB, MO 65305, ATTN: Ann Robinson.
 
Place of Performance
Address: Whiteman AFB, MO
Country: 65305
 
Record
SN00057116-W 20020413/020411213322 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.