Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2003 FBO #0413
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services: Architectural Design, Civil Engineering, & Structural Engineering

Notice Date
1/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
 
ZIP Code
80912-3049
 
Solicitation Number
FA2550-03-R-0002
 
Archive Date
5/8/2003
 
Point of Contact
Jose Ramirez, Contract Specialist, Phone 719-567-3430, Fax 719-567-3438, - Tara Petersen, Contracting Officer, Phone 719-567-3802, Fax 719-567-3809,
 
E-Mail Address
jose.ramirez@schriever.af.mil, tara.petersen@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineering (A-E) services are required for design of miscellaneous operations and maintenance projects, and for other supporting services at Schriever AFB (SAFB), Colorado. This procurement is set-a-side for small businesses. An open-end, Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be issued for a period of 1 year from the contract start date with four renewal options of 1 year each at the Government?s option. Projects will be issued to the A-E by negotiated, firm-fixed price delivery orders as the need arises during the contract period. Each delivery order shall not exceed $299,000, with the exception of the initial delivery order, which may exceed that amount. Cumulative amounts of all delivery orders shall not exceed $750,000 per contract year. Delivery orders will be issued from time to time, as the need arises. A minimum of $5,000, only, in fees will be guaranteed to the A-E for the basic contract and each of the option years, if exercised. Contract award is anticipated in May 2003. Services will be performed for Schriever AFB (predominately), other Air Force Space Command installations (infrequently) or one of the following CONUS and worldwide sites: Onizuka AFS, CA; Vandenberg AFB, CA; Cape Canaveral AFS, FL; New Boston AFS, NH; Kaena Point AFS, HI; Anderson AFB (Guam); Kwajalein (Atoll); Diego Garcia (Indian Ocean); Ascension Island (South Atlantic); Thule AB (Greenland); Oakhanger (United Kingdom); Palehua, HI. Civil and Structural Engineering are the lead disciplines for this contract, however, other disciplines will generally be required, depending upon the scope of the individual projects. Other disciplines will likely include, but are not limited to the following: architecture, mechanical engineering, electrical engineering, landscape architecture and environmental engineering. Subcontractors, outside associates or consultants can provide these disciplines. Design services required will primarily be in construction with maintenance, repair and minor construction type projects, including preparation of drawings and specifications. Various types of services such as investigation, inspection, studies, reports, and cost estimates may also be required as they relate to project designs and studies. Projects may include various combinations of disciplines. Project leaders must be registered engineers or architects. Construction management services may also be required. Firms desiring consideration are required to submit Standard Forms (SF) 254 and 255 along with a cover letter addressing each of the following factors, which will be used as the basis for selection. Significant evaluation factors, in order of relative importance, are as follows: (1) Professional qualifications of the staff to be assigned to the projects(s), including qualifications and experience of subcontractors/consultants, consideration of the type and quality of projects the staff has been involved with and their ability to provide innovative and imaginative solutions. (2) Recent specialized experience in the area of civil and structural engineering and Architectural, Environmental, Landscape, Mechanical, and Electrical Engineering. Consideration of prior design projects completed by the firm, and how the construction management went and how well the completed facilities are functioning. (3) Capacity to accomplish the work in the required time frame. A determination that the firm has the resources to perform the work. (4) Past performance of work on other Department of Defense (DOD) contracts and other contracts, both government and private in terms of cost control, quality of work, and compliance with performance schedules. Recognition of projects and/or designs through award programs. (5) Location in the general geographical area of the projects and knowledge of the locality of the projects, which are at Schriever AFB, CO and vicinity. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded by Schriever AFB and other DOD awards, with the objective of an equitable distribution of DOD A-E contracts among qualified A-E firms. Note: Firms must list, in tabular format, all expected subcontractors, outside associates and consultants, to include a list of projects jointly worked with the firm during the last three years and a list of references with points of contact to include phone numbers. Responses and submittals must be received at the contracting office as an attachment to the Standard Forms 254 and 255. This is not a request for proposal. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittal by fax will not be considered. Failure to complete the listed standards forms, provide the additional information requested, or provide such information and submittals within the specified time, shall result in disqualification of the firm. All responsible firms may submit statements, which shall be considered for award. Responses and submittals must be made no later than 19 Feb 03, 4:00 p.m., Mountain Standard Time, thirty (30) calendar days from 20 Jan 03, to 50 CONS/LGCA, 210 Falcon Parkway , Suite 16, Schriever AFB, CO 80912-2116. POC for this announcement and acquisition will be SSgt Jose Ramirez at (719) 567-3454 or E-mail at jose.Ramirez@schriever.af.mil. THIS ACQUISITION IS 100% SET-A-SIDE FOR SMALL BUSINESSES.
 
Place of Performance
Address: 50 CONS/LGCA,, SSgt Ramirez, 210 Falcon Parkway, Suite 16,, Schriever AFB, CO
Zip Code: 80912-2116
Country: USA
 
Record
SN00242527-W 20030119/030117214233 (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.