Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

C -- Architect-Engineer Services

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-R-0031
 
Response Due
9/6/2002
 
Point of Contact
Carolyn Thompson, Contract Specialist, Phone 719-333-6674, Fax 719-333-4747, - Beth Moronese, Lead Contract Specialist, Phone 719-333-6677, Fax 719-333-6608,
 
E-Mail Address
carol.thompson@usafa.af.mil, beth.moronese@usafa.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
DOCUMENT TYPE: Presolicitation Notice SOLICITATION NUMBER: F05611-02-R-0031 ? FQ7000-2002-0190 RESPONSE DATE: 30 days + 2 days after FBO is posted 6 SEP 02, 1PM CLASSIFICATION: C -- Architect and Engineering Services The USAF Academy announces a Request for Quote (RFQ) for A-E firms interested in contracting for Architect-Engineer Services as mentioned in this notice. This announcement constitutes the only solicitation; SF-254s and SF-255s are being requested. This announcement is 100% Set-Aside for 8A businesses. The NAICS Code 54133 applies to firms with less than $4 million in annual receipts. All firms must be registered in the DOD Central Contractor Registration (CCR) prior to any award resulting from this contract. The government contemplates the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract in the JAN 2003 timeframe. Work under the contract is subject to satisfactory negotiation of individual delivery orders. Each contract will be for a period of one year and the government may, at its option extend the contract for 4 one-year option periods. The firm selected is guaranteed a Minimum of $5,000.00 in fees. DELIVERY ORDERS include A-E Title I, Title 2, and other Architect-Engineer Services for a broad variety of maintenance, repair, replacement of existing building and infrastructure systems, design of new systems, and new construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings, and presentation to coordinating agencies. Designs may require asbestos and lead based paint removal. Title 1 services involve facility assessments, architectural and engineering studies, site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A-E firms, value engineering studies reviews, and construction phase services. Title 2 Services involve supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings and material selections. Construction management services, as-built services, and peer review services may be required of all A-Es. Contract covers all disciplines including architectural, historic preservation, landscape architecture, master planning, space planning, electrical distribution systems, mechanical systems, structural, civil geotechnical engineering, seismic, security systems, lighting systems, acoustical, chem-bio (NBC), information/telecommunications systems, cost estimating, food service, interior design, environmental, energy conservation and sustainability, fire protection and alarm systems, scheduling, value engineering, and vertical transportation, as well as routine administrative coordination of the various disciplines involved; and ascertaining and working within the government requirements and the applicable laws, codes, and standards. Familiarity with sustainable design through an integrated design approach is required. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents shall be submitted with AutoCAD version 2000 or as specified by USAFA. PRESELECTION CRITERIA. Registered Professional Architect licensed in the State of Colorado. Submittals should list proposed consultants or associates to be used and should include the identification Numbers in the submitted SF-254 and SF-255 and accompanying cover letter for each of the major engineer disciplines. Offerors that fail to submit the required info or adequately address the required info may be rejected or receive a lower rating. SELECTION CRITERIA: In addition to SF-254 and SF-255 submittals, include a cover letter specifically addressing each of the below listed criteria in sequence (1) Specialized Experience, Expertise of the firm in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional capacity of the firm to do the work in the required time; (4) Past performance of contracts both government and private; (5) Volume of Work: Prior DOD Awards; specifically list all DOD contracts awarded the firm for the previous twelve months to include dollar amount; (6) Previous work at the United States Air Force Academy; (7) CADD capabilities (8) Location (physical location of the firm to the location of the projects) Evaluation factors are listed in descending order of importance. Factors (1), (2), and (3) are significantly more important; and factors (4), (5) and (6) are more important than factors (7) and (8). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. ALL REQUIREMENTS of this announcement must be met for a firm to be considered responsive. Interested A-E firms that have the capabilities to perform the anticipated work must submit 2 copies each of the SF-254 and SF-255 (for the prime and for all consultants as listed in Block 6 of the prime firm?s SF-255), and the cover letter addressing the selection criteria. SF-254 must include Block 7: Firms with more than one office must provide addresses, telephone/FAX numbers, and the number of personnel for each office. SF-255 must include (1) The prime firm?s ACASS ID number, CEC, DUNS, and Central Contractor Registration number. (2) Block 4: Distinguish by discipline the number of personnel in the prime?s office (line B), and all consultants (line A), that will perform the work, and the total number of personnel for each line; (3) Block 7c: Each key person?s office address, including telephone/FAX numbers and e-mail addresses if different than as stated in Block 3 of the SF-255 or Block 1 of the SF-254. (4) Block 7f: Registrations must include state, year, and discipline; (4) Block 8: Descriptive project synopsis which best illustrates the prime?s qualifications relevant to this announcement. (5) Block 8c: Include a Point of Contact with current telephone/fax numbers and e-mail address for each projected listed. (8) Block 9 Include current workload and equitable distribution of work among A-E firms. (9) An organization chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. The complete package must be received at the following address: 10 ABW/LGCA Contracting, ATTN: Carol Thompson, 8110 Industrial Dr STE 200, USAF Academy, CO 80840-2315. Contract Specialist is Carol Thompson at 719-333-4361. Submittal are due 6 SEP 2002 by 1:00 PM Mountain Time.
 
Place of Performance
Address: United States Air Force Academy, Colorado Springs, CO
Zip Code: 80840
 
Record
SN00132514-W 20020807/020805213533 (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.