Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOLICITATION NOTICE

C -- OPEN END ARCHITECT-ENGINEER (A-E) TITLE I, TITLE II, AND OTHER INVESTIGATIVE SERVICES AT BUCKLEY AIR FORCE BASE, DFAS, AND CHERRY CREEK SITE

Notice Date
4/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 LS / LGC, 460 LS/LGC, 320 N. Beaver Creek St (MS 84), Buckley AFB, CO, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
Reference-Number-BAFB-AE-SERVICES
 
Response Due
5/21/2002
 
Point of Contact
Jason Detko, Contracting Specialist, Phone 303-677-9947, Fax 303-677-6443, - Melissa Haase, Contracting Officer, Phone 303-677-6744, Fax 303-677-6443,
 
E-Mail Address
jason.detko@buckley.af.mil, melissa.haase@buckley.af.mil
 
Description
Open End Architect-Engineer (A-E) Title I, Title II and other A-E Services at Buckley Air Force Base, Defense and Finance Service (DFAS) and Cherry Creek Site, Colorado for a broad variety of maintenance, repair and construction projects. A-E services required may include field investigations, recommendations, studies, reports, lifecycle cost analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings and presentations to coordinating agencies. Designs may require asbestos and lead based paint abatement. It is anticipated that at least the following disciplines may be required: architecture, interior design, site planning, civil, landscaping, structural, mechanical, electrical, roofing, seismic, sanitary, fire protection, corrosion control, soils, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) shielding, Energy Management Control System (EMCS) and Heating, Ventilation, Air Conditioning (HVAC) controls, power distribution and construction inspection. Project managers of A-E firms and their consultants must hold a professional degree and be licensed professional engineers or registered architects. The Government may, at its option, award one or more Architect-Engineer Design Services Contracts. Each contract will be awarded for General Discipline Services. This will include facility planning, design of maintenance, repair and construction work for Air Force facilities and military family housing, site work, pavements, roofing, structural work, the design of new mechanical and electrical systems, maintenance, repair and replacement of existing mechanical and electrical systems, utilities, substations, distribution networks, heat plants and control systems. Emphasis is on repair and maintenance projects valued at less the $2,000,000 and new construction work costing less than $500,000. A-E firms which meet the requirements described in this announcement are invited to submit the following in original and one copy: (A) Standard Form 254, Architect-Engineer and Related Services Questionnaire, (B) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Include with the Standard Forms 254 and 255 a cover letter specifically addressing each of the below listed criteria in sequence. The evaluation criteria for selection in relative order of importance are: (1) Professional qualifications necessary for satisfactory performance of the required services; (2) Specialized experience and technical competence for the type of work required; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of the work as well as the quality control program used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reductions and energy efficiency in facility design and repair; (7) Volume of work previously awarded to the firm by DOD including the volume of subcontracts awarded by the firm to Historically Underutilized Small Businesses and Women-Owned Small Businesses (Note: Contracts awarded as result of this announcement will contain FAR clause 52.219-8, Utilization of Small, Small Disadvantaged, and Women-Owned Small Business Concerns, which requires prime contractors to use these business categories for subcontracting opportunities to the maximum practicable extent.) (Criteria 6 and 7 shall be of equal weight.) The three firms that are considered to be the most highly qualified to provide the type of services required by the prefinal selection board for the contract(s) may be required to participate in a personal interview and make a technical presentation to the final selection board. The interview and presentation will occur at Buckley Air Force Base, Colorado. Delivery orders against the IDIQ contracts will be issued as projects are identified. No delivery order may exceed $299,000.00 in fees. An exception to this limitation is the initial delivery order to start the contract. The contract period will be for a base year with four option years with a maximum of $750,000.00 per year. There is a minimum fee guarantee of $5,000.00 for the initial year of the contract. No minimum fee guarantees are included in the options periods. This is not a Request for Proposal (RFP). Responses and submittals must be received before 2:00 P.M., Mountain Time, on 21 May 2002. Failure to complete the listed Standard Forms, provide the additional information requested, or to provide such information and submittal on or before the specified time may result in disqualification of the firm. This acquisition is full and open competition for both Large and Small businesses in accordance with the Small Business Competitive Demonstration Program. Applicable North American Industrial Classification System Code and size standard are 541330/$4M.
 
Place of Performance
Address: BUCKLEY AFB, CO
Zip Code: 80011
Country: USA
 
Record
SN00063100-W 20020421/020419213258 (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.