Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOURCES SOUGHT

C -- ARCHITECT-ENGINEER SERVICES

Notice Date
4/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F08650-03-R-0015
 
Response Due
5/5/2003
 
Archive Date
9/30/2003
 
Point of Contact
Patricia Bosinger, Contract Specialist, Phone 321-494-9942, Fax 321-494-6193, - Michael Carlson, Contract Specialist, Phone 321-494-2306, Fax 321-494-5136,
 
E-Mail Address
pat.bosinger@patrick.af.mil, michael.carlson@patrick.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Architect-Engineer services are required for the development and preparation of working drawings, specifications, cost estimates, studies, plans, and inspection for architectural, structural, civil, landscaping, interior design, corrosion, mechanical, sanitary, electrical, fire protection, asbestos, heavy metals, and environmental projects at locations that include but are not limited to Patrick AFB FL (primary location), Cape Canaveral AS FL, all Florida annexes, Ramey Solar Observatory Puerto Rico, Antigua Island and Ascension Island. Contract may involve multiple projects of various levels of complexity, and may include: Working drawings, specifications and cost estimates suitable for accomplishment of construction work by various types of contracts, i.e. invitation for bid, request for proposal, indefinite delivery-indefinite quantity, etc.; Special engineering investigations, studies, plans and site visits; Review of submittals and requests for information; Construction inspection; Evaluation, reporting and recommended disposition of asbestos containing materials, heavy metal contaminated coatings, and other hazardous wastes. Qualified firms must be prepared to accept the aforementioned as part of their contract responsibility; including the signing and sealing of all completed project submittals. This will be an indefinite quantity A-E contract with a base year and four one-year option periods, with a guaranteed first year minimum fee of $5,000.00 and a yearly maximum fee of $750,000.00. Award to more than one Architect-Engineer firm is anticipated. Individual delivery order fee amounts will not exceed $299,000. The estimated start date for these contracts is July of 2003. The applicable NAICS code and size standard are 541310/$4.0M. Eligibility to participate in this competition is restricted to 8(a) firms in the Small Business Administration District 4 which include the following states: AL, FL, KY, MS, NC, SC, and TN. Firms desiring consideration must submit both SF254 and SF255. SF254 and SF255 are also required for consultants or joint firms. Non-responsive firms will not be considered by the A-E selection board. Significant evaluation factors are as follows: (1) Professional qualifications necessary for satisfactory performance of required services (Qualifications of key individuals committed to this contract) (2) Specialized experience and technical competence in the type of work required (Capability of firm to accomplish the required service) (3) Capacity to accomplish the work in the required time (a) Meet schedules and cost (b) Present and Projected Workload (c) Availability of Key Personnel (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (Past Performance on work similar to that required for this contract) (5) Location in the general geographical area (6) Firms ability to produce drawings utilizing Computer-Aided Design and Drafting (CADD) and delivering the drawings in Intergraph Microstation PC or 32, version 5 or in Autodesk Autocad version 2000. The final product shall be fully functional, without conversion or reformatting, on the target system. The current target system is Windows NT environment. The ability to produce specifications using Spectext system in Microsoft Word for Windows, and to produce cost estimates in Microsoft Excel. (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (8) Volume of work previously awarded by DoD. Factors 1 and 5 are of equal importance and are the most significant factors; factors 2 through 4 are of equal importance and are of greater significance than factors 6 through 8, factors 6 is of greater significance than factors 7 and 8, factors 7 and 8 are of equal importance and are the least significant factors. Firms desiring consideration must submit appropriate significant evaluation factor data. Non-responsive firms will not be considered by the A-E selection board. Responses must be received within 21 calendar days from this notice. This is not a request for proposal.
 
Place of Performance
Address: 1201 Edward H. White II Street, Patrick AFB, FL 32925
Zip Code: 32925-3238
Country: USA
 
Record
SN00303117-W 20030416/030414213512 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.