Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

C -- Architect-Engineering Services

Notice Date
3/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-F09650-03AE-CECM
 
Response Due
4/11/2003
 
Point of Contact
Anna DeLozier, Contract Specialist, Phone (478)926-4316, Fax (478)926-7549,
 
E-Mail Address
Anna.DeLozier@robins.af.mil
 
Description
Architectural-Engineering services are required for the development of designs, plans, drawings, specifications, and cost estimates suitable for bidding and construction for various projects at Robins AFB, GA. These projects will be accomplished under Task Orders written against an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. A firm fixed-price contract is contemplated. The IDIQ contract will have a not to exceed limit of $750,000 with the maximum Task Order amount of $299,000. The guaranteed minimum for the contract is $5,000. The contract will be for a one year period with an option for four additional years of services. Projects under this contract may include lighting and power distribution systems; heating and air conditioning systems; construction, alteration, or repair of grounds, roads, and structures; alteration and repair of miscellaneous services and utilities; renovation of existing buildings; additions to existing buildings; and some new construction and facilities associated with those structures (utilities, parking facilities, etc.). Demolition of some existing structures may be necessary and the demolition may involve removal of asbestos. Post Construction Contract Award Services may be required. These projects will require multi-disciplined engineering services for base facilities and aviation related structures in accordance with Air Force Instruction (AFI) guidelines. All projects must be designed in accordance with the Base Facility Standards and Base Architectural Compatibility Standards and local environmental laws and regulations. Firms shall be required to produce design documents in both electronic and hard copy format; drawings shall be in Microstation (dgn) format and specifications shall be in Microsoft Word format. Use of both Metric and English units shall be required. Firms will be evaluated upon the following criteria. Criteria numbers one and two are of equal importance and the others 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 and outside consultants. (2) Specialized experience and technical competence of the team proposed for this project (including outside consultants) in related design areas of renovation, alteration and new design of structures; and, if applicable, demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and 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) Geographical proximity to Robins AFB as site visits and Government/firm interaction will be required and knowledge of the locality of the projects, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects. (6) Volume of work (include the total dollars awarded) awarded to the firm by the DoD during the previous 12 months. It is estimated that this contract will be awarded in September 2003. Firms which meet the requirements described in this announcement are invited to submit SF 254, Architect-Engineer and Related Services Questionnaire, and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project to 78 CEG/CECM, 775 Macon Street, Robins AFB, GA 31098-2207, Attention: Jerry Thovson. Delivery by courier should be sent to Jerry Thovson at B321. All information relating to the firm's qualifications must be contained in the Standard Forms. Inclusion by reference to other materials is not acceptable. Firms responding to this announcement by 3:00 pm on 11 April 2003 will be considered. This is not a Request For Proposal (RFP). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-DEC-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/Reference-Number-F09650-03AE-CECM/listing.html)
 
Place of Performance
Address: Robins AFB, Georgia
Zip Code: 31098
 
Record
SN00490935-F 20031218/031216214632 (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.