Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

C -- Architect & Engineering Services Specializing in Civil Engineering

Notice Date
4/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
F04626-03-R-0101
 
Archive Date
5/16/2003
 
Point of Contact
Ruth Redd, Contracting Specialist, Phone 707-424-7762, Fax 707-424-5189, - Jerry Napiewocki, Team Leader, Acquisition A, Phone 707-424-7769, Fax 707-424-5189,
 
E-Mail Address
ruth.redd@travis.af.mil, gerald.napiewocki@travis.af.mil
 
Description
Open End Architect-Engineer Services at Travis AFB, CA. Travis AFB is seeking one qualified firm to provide open-end Architect-Engineer contract services for maintenance, repair, and alteration of base facilities, pavements, and airfields. These projects will require multi-disciplined engineering services for commercial/industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023. The firm selected shall be a firm specializing in Civil Engineering (NAICS 541330). Services include, but are not limited to, production of designs, plans, specifications, drawings, life cycle cost analysis, and cost estimates; conduct fact-finding studies, surveys, investigations; development of design criteria, standard designs and other professional A-E services not necessarily connected with a specific construction project; and supervision/inspection of projects under construction. These services include; (a) Planning services, site, utility, infrastructure, traffic and facility utilization and planning studies and analysis. (b) Investigative services, topographic surveys, geotechnical analysis and reports, investigation of existing facility conditions, environmental surveys and studies, including hazardous materials (asbestos, lead based paint, etc.). (c) Design services, schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents, and comprehensive interior design. (d) Construction supervision and inspection services, construction observation, inspection, review of submittals, site visits, consultation services during contractor preparation of operation and maintenance manuals and preparation of as-built drawings. (e) Base Comprehensive Planning, consisting of conducting field surveys and investigations to obtain data and producing Air Base development plans. (f) Other services, including design and construction related services that are not connected with a specific construction project, consisting of developing design criteria, fact-finding studies, investigations and the performance of environmental projects involving compliance, prevention, and restoration when the services of registered architects and engineers are required. The contract will provide a twelve-month base period of performance with a options for two additional twelve-month periods consisting of the same terms and conditions. The maximum fee for any one Task Order shall not exceed $299,000.00 with a cumulative amount for all Task Orders in any one-year period not to exceed $650,000.00. A minimum of $5,000.00 in fees paid is guaranteed over the life of the contract, to include the option periods. The contract will be firm-fixed price. All work shall be performed on Travis AFB. Firms will be evaluated using the following criteria. Criteria numbers are shown in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of required services including professional registration of members of the firm. 2) Specialized experience and technical competence and demonstrated understanding of the unique design requirements associated with maintenance, repair, and alteration and new construction projects to include roads, utilities, aviation facilities, and sustainable design practices. 3) Capacity to accomplish the work in the required time. 4) Past performance on contracts with Government or private industry in terms of cost control (describe the process and qualifications of key persons responsible), quality of work, and process for compliance with performance schedules (and key individual responsible). List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry for each contract. 5) Geographic proximity to Travis AFB and knowledge of the local area provided that application of this criteria leaves an appropriate number of qualified firms, given the nature and size of the projects. 6) Volume of work awarded to the firm by the DOD during the previous twelve months. A-E firms that meet the requirements described in this announcement are invited to submit three (3) completed copies of both a SF 254, Architect-Engineer and Related Services Questionnaire and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project (required for this project). All information relating to the firms' qualifications must be contained in the Standard Forms. Inclusion by reference to other materials is not acceptable. Interested firms responding to this announcement NLT 4:30 PST, 30 calendar days from the date of publication of this announcement will be considered. If the closing date is a holiday or weekend, closing will be extended to the close of business on the next business day. ANY HUBZONE COMPANIES that intend to respond to this acquisition shall provide the following information to the Contracting Officer not later than ten (10) days after the publication of this notice: (1) SBA Certification of HUBZone eligibility; (2)Capability statement of your firm; (3) a positive statement that your firm intends to submit the SF254/255; and (4) Evidence of recent, relevant experience in work similar in type and scope to include contact numbers, project titles, dollar amounts and points of contact with telephone numbers. Based upon the responses received, the Contracting Officer will make a determination as to whether solicitation will be converted to a HUBZone Set-Aside or continue the acquisition using full and open competition. All responsible offerors must be CCR registered to be considered for award. All firms responding should be located within approximately 100 miles of Travis AFB, CA.
 
Place of Performance
Address: 350 Hangar Ave, Bldg 549, Travis AFB, CA
Zip Code: 94535-2632
Country: USA
 
Record
SN00292948-W 20030403/030401213604 (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.