Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
SOURCES SOUGHT

C -- Open-End Architect-Engineer Contracts

Notice Date
8/6/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, NY, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
Reference-Number-RVKQ1JAN03AE
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
COLLEEN POLLICK, CONTRACT SPECIALIST, Phone 716-236-2213, Fax 716-236-2357, - JOYCE FRECK, CONTRACT SPECIALIST, Phone 716-236-2215, Fax 716-236-2357,
 
E-Mail Address
colleen.pollick@niagarafalls.af.mil, joyce.freck@niagarafalls.af.mil
 
Description
Multi-disciplined Open-End Architect-Engineer Contract for maintenance, repair and minor construction projects (Title I Design); A-E Supervision and Inspection Services (Title II), Base Comprehensive Plan & Other A-E services as set forth in AFI 32-1023 for commercial/industrial type facilities at the Niagara Falls Air Reserve Station, Niagara Falls, NY. Projects under this contract include renovations, repair, alterations and additions to existing buildings & facilities associated with those structures (water systems, utilities, parking areas, roadways, aircraft taxiways and aprons, etc). Demolition of some existing structures may be necessary and the demolition may involve removal & disposal of asbestos & lead-based paint. These projects will be designed using both the English & metric system of measurement. Disciplines that will be required to perform these services include architectural, structural, mechanical, electrical and civil engineers, designer, draftsperson, typist, surveyor & inspector. Two (2) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts will be issued for one (1) basic year with a Government option of four (4) additional years. The IDIQ contracts will have a not to exceed limit of $500,000 (life of contract). This maximum contract amount is not guaranteed. The guaranteed minimum for the life of each contract is $5,000. Each delivery order issued under this IDIQ contract will not exceed $299,000 in fees with the cumulative amount of the contract for any one (1) year or option not to exceed $500,000. The contractor is not required to accept delivery orders for less than $2,500. Delivery orders will be issued from time to time as the need arises during the contracting period. Construction cost ranges for these projects vary. This announcement is open to all businesses regardless of size. Firms must indicate computer capability for CADD services and be able to provide drawings and electronic data in vectorized Autocad format and .CALS ASCII format for compatability with Maxview. The firms must also be able to provide specifications using the Unified Facilities Guide Specifications (UFGS) in Microsoft Word format and construction cost estimates (CWE) in Microsoft Excel format structured the same as AF Form 3052 (the estimate shall have ?FOR OFFICIAL USE ONLY? typed at the bottom of each sheet). Firms shall also supply detailed backup data used in the preparation of the construction estimate. This backup shall site references, sources, etc. The firms will be evaluated upon the following five (5) primary criteria. Criteria numbers one (1) and two (2) are of equal importance and the others are shown in descending order of importance: 1. Professional qualifications of personnel necessary for satisfactory performance of required services, including professional registration of members of the firm; 2. Specialized experience and technical competence including prescribing the use of recovered materials and achieving waste reduction, energy conservation & pollution prevention in design of projects; 3. Capacity for timely accomplishment of work; 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and process for compliance with performance schedules. List previous contracts and include the name and telephone number of the person who was the point of contract representing the Government or private industry for each contract; 5. Location in the general geographic area of Niagara Falls, NY and knowledge of the locality, local and environmental laws and regulations. The two (2) secondary factors for evaluation, which will only be used as ?tie breakers? among technically equal firms, shown in their descending order of importance are: 1. Volume of DoD work the candidate has done during the past 12 months; and 2. The extent to which potential offerors identify and commit to small business, small disadvantaged business, historically black college and university, women-Owned business, HUBZone business and veteran-owned business with regard to subcontracting opportunities. This is not a request for proposal. Since this office does not maintain a file of Standard Forms 254, only those firms which submit Standard Forms 254 and 255 within 30 calendar days after the date of this announcement will be considered for selection.
 
Place of Performance
Address: 914 Airlift Wing, Niagara Falls, NY
Zip Code: 14304
Country: USA
 
Record
SN00393723-W 20030808/030806213747 (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.