Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2003 FBO #0471
SOURCES SOUGHT

C -- Architect and Engineering Contract

Notice Date
3/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F38610-03-R-0010
 
Point of Contact
Peter O'Neill, Contract Specialist, Phone (843) 963-5180, Fax (843) 963-2829, - Cheryl Bennett, Contract Specialist, Phone (843) 963-5173, Fax (843) 963-2829,
 
E-Mail Address
Peter.O'Neill@charleston.af.mil, Cheryl.Bennett@charleston.af.mil
 
Description
Title I, Title II, and other services for two one-year open?end indefinite-delivery contracts. Each contract will have four one-year options to extend the term of each contract up to five years. Charleston AFB, Charleston SC, is seeking qualified firms to provide Architectural-Engineer (AE) services involving design and preparation of request for proposal documents for maintenance, repair, alterations, and new construction projects. These projects will require architectural and multi-disciplined engineering services for commercial/industrial and residential type facilities, utilities, and pavements located at Charleston AFB and North Auxiliary Airfield (NAAF) located near North, SC. Studies, investigations, surveys, economic analysis, shop drawing approval, etc. in support of the designs and construction shall be performed by the AE. The AE firms (or a consultant for the firm) shall have GIS capability to prepare data for incorporation into the ongoing GeoBase System at Charleston AFB. The indefinite delivery contract will have a maximum limit of $1,000,000 per year. The AE will be guaranteed a minimum of $37,500 in fees. Individual delivery orders shall not exceed $499,000. The estimated starting date is September 2003. Estimated construction cost range for these projects is between $25,000 and $3,000,000. It is anticipated that the majority of projects will range from $200,000 to $1,500,000 in construction cost. AE firms which meet the requirements described in this announcement and desiring consideration shall submit appropriate data as described below no later than 30 days from the date of this announcement. AE firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance. (1) Specialized experience and professional qualifications of the firm, 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 of commercial/industrial and residential type facilities, utilities, and pavements projects; (2)(a) Demonstrated capabilities in accomplishment of work within established time limits. (b) Status of the firm's and project team's present workload; (3) Past performance and process of the prime AE firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate RFP documents, plans, specifications, and construction cost estimates; (4) Preference will be given to firms with the demonstrated capability of using CAD; (5) 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; (6) Volume of DOD work that the candidate has done in past years. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. The proposed contracts are being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 254 in Block 1. Interested firms are also requested to 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. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct day-to-day contact with Charleston AFB throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection review process. Two AE contracts will be awarded from this advertisement. Firms responding to this advertisement will be given first consideration in the selection process. This is not a request for proposal. NAICS 541330 and 541310.
 
Place of Performance
Address: 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404-5021
Country: United States
 
Record
SN00279862-W 20030316/030315001402 (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.