Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

C -- Architect-Engineering Services

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F44600-03-R-0015
 
Response Due
7/7/2003
 
Point of Contact
Rex Mount, Contract Specialist, Phone 757-764-7427, Fax 757-764-4447, - Terri Tew, Contract Specialist, Phone 757-764-3020, Fax 757-764-7706,
 
E-Mail Address
rex.mount@langley.af.mil, terri.tew@langley.af.mil
 
Description
Architect-Engineer services are required for mechanical services with supporting civil, architectural, structural and electrical disciplines. Intended award is an Indefinite-delivery Indefinite-quantity (IDIQ) contract comprising one Base Year with a 365 days period of performance from the date of contract award and one (1) Option Year permitting an additional 365 day period of performance. Total fees inclusive of base and option year shall not exceed $499,999. Delivery Orders for each project as required are written against the IDIQ contract. The guaranteed contract minimum is $5,000 for the base year only. The minimum Delivery Order amount is $2,000 and the maximum Delivery Order amount is $499,999. Prior to award, all unit prices, wage rates, and any other cost factors shall be negotiated and fixed. Levels of effort are negotiated for each Delivery Order. The estimated award date is on or about 15 September 2003. The general scope of work includes, but is not limited to; site visits, development of design analyses, plans, drawings, specifications, cost estimates, other necessary documents for contract accomplishment, other studies, investigations, and services as required. The selection process will rank individual firms based upon the following Evaluation Factors. The factors are listed from highest to lowest importance: 1) Professional qualifications of personnel assigned to this contract that are necessary for satisfactory performance as demonstrated by education, experience, registration and management ability; 2) Availability of the following key personnel: two mechanical engineers, one electrical engineer, one estimator, one specifications writer, and three supporting draftsperson on the firm?s permanent staff. If an engineer is dual tasked, annotate the forms appropriately; 3) Specialized experience in renovation, upgrading and repair of commercial, industrial and housing facilities; 4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Past experience on Department of Defense renovation work is weighted more favorably than similar commercial work. A-E fees earned directly from DoD agencies in the past twelve (12) months are weighted more favorably than fees from other federal agencies or private industry; 6) Capacity of the firm to accomplish delivery orders within the time required throughout the contract period; 7) Location in the geographic area and knowledge of the locality of the project is evaluated based on the following ranges: within 50 miles, 50 to 100 miles, beyond 100 miles; Success in prescribing the use of recovered materials and achieving waste reduction, pollution prevention and energy efficiency in facility design; 8) Success in prescribing the use of recovered materials and achieving waste reduction, pollution prevention and energy efficiency in facility design; 9) Innovative design capability indicated by receipt of a design award within the past two years from a nationally recognized group; 10) The government will consider the volume of work awarded by DoD during previous twelve months to account for the equitable distribution of DoD work among A-E firms. 11) The extent to which potential contractors identify and commit to small businesses (SB) and to historically black colleges and universities (HBCU) and minority institution performance as subcontractors. This factor is evaluated in the following areas: (a) The extent to which SB concerns are specifically identified; (b) Compliance with subcontracting plan goals for SB concerns and monetary targets for SB participation; and (c) The extent of participation of SB concerns in terms of value of the total acquisition. The North American Industry Classification Systems (NAICS) code for this acquisition is 541330 for Mechanical services. In accordance with DFARS 204.73, contractors must register in the Central Contractor Registration (CCR) database to be eligible for award. You may access CCR at, http//www.ccr.gov or 1-888-227-2423. This acquisition is unrestricted and will be competed using A/E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. Interested A/E firms should submit an original and one (1) copy of a Standard Form 254 and Standard Form 255 (both current within the last year) and brochures or any other supplemental documentation (limited to 25 pages, not including the SF Forms 254 and 255). Include a cover letter addressing whether your firm is a large or small business (based upon the SBA size standard criteria of $4,000,000 average annual revenue for past three years). The cover letter should also provide estimated construction costs for at least three projects designed in-house within the last twelve (12) months and the associated contract award amounts for those projects. Also provide current point of contact for these contracts. Respond to this announcement not later than 3:00 pm (Eastern Daylight Time), 7 July 2003 for consideration. There are no other general notifications for this acquisition. Submit required data to: 1st Contracting Squadron, Attn: LGCA, 74 Nealy Avenue, Langley AFB, VA 23665. See Numbered Note 24 for additional guidance.
 
Place of Performance
Address: Langley AFB, Virginia,
Zip Code: 23662
Country: United States
 
Record
SN00340726-W 20030607/030605213327 (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.