Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
SOLICITATION NOTICE

C -- Program Management Assistance Contract (PMAC) V

Notice Date
2/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
 
ZIP Code
78236-1007
 
Solicitation Number
F41689-03-R-0015
 
Response Due
3/20/2003
 
Point of Contact
Sandra Nasif, Contracting Officer, Phone 210-671-1192, Fax 210-671-1196, - Devindranath Gokool, Contracting Officer, Phone 210-671-8428, Fax 210-671-1196,
 
E-Mail Address
sandra.nasif@randolph.af.mil, Gokool.Devindranath@randolph.af.mil
 
Description
POC, Sandra Nasif, AETC CONS/LGCR, telephone number (210) 671-1192. The Defense Commissary Agency (DeCA) has need for Architect Engineering Services to perform Program Management Assistance (PMAC) V, which encompasses Quality Assurance Inspection Services, Facility Condition Assessment, Management, Architectural and Engineering Assistance for multiple Department of Defense (DOD) Commissaries, Army Air Force Exchange Service (AAFES) and Navy Exchanges & Lodges construction projects located worldwide throughout the continental US and Overseas. The type of construction projects to be managed/inspected during the planning, programming, design and construction phases consist of significant additions and alterations to existing DOD commissary stores, exchange stores and lodges; the construction of new and minor construction projects involving store equipment changes; maintenance and repair; d?cor upgrades and minor building modifications and renovations. The Architect-Engineer contractor(s) shall be required to provide all services for project management and oversights as well as on-site surveillance and inspection during the process of construction of final acceptance. Additionally the contractor(s) shall provide schedule management and risk analysis and technical advisory administrative support to Government Contracting and Engineering personnel. Services provided shall include a wide range of technical and management support, including management of single and multiple projects, facility condition assessments, constructability reviews, special studies, and other technical consulting services. Services include providing ?Core Management Team? personnel, individual on-site construction inspectors for major projects, and roving inspectors for designated minor construction projects, as well as program managers, technical support from specialized Architectural and Engineering resources, and a centralized computerized management information system. Construction sites for Army, Air Force, Navy and Marine Corps store construction included in the Scope of Work are worldwide. Scope of the projects to be managed range from minor construction projects to major renovations and new stores ranging from approximately 4000 square feet to well in excess of 100,000 square feet and include sales areas, warehouses, cold storages, meat/produce processing areas, administrative areas, parking and service areas, retail malls, food courts, lodges, utilities and landscaping with a construction cost range of approximately $100,000 to $100,000,000 each. Scope of the contract(s) includes approximately 150 projects and up to 100 facility assessments over a nine-year period. Up to three contracts may be awarded with responsibilities split between ?Core Management Team?, centralized computerized management information system (CMIS), facility assessments, other central support tasks, program managers, specialized technical support for specific sites, issues, or generalized studies, technical assistance to in-house staff, and on-site construction inspectors. Contract period(s) shall coincide with the construction contract periods with first projects estimated to begin in Fall 2003. The selected firm(s) should have a team capable of providing multi-disciplinary construction management services including architecture, and mechanical (including refrigeration), electrical, structural, civil, project programming, cost estimating, scheduling and environmental engineering. Screening of firms will be based on the professional qualifications and experience necessary for the successful performance of the services required. Evaluation factors to be used in the selection are (1) specialized experience in the field required (2) full time qualified construction management capability, (3) professional qualifications of personnel including consultants, (4) professional capacity of the firm to accomplish work in the desired time frame, (5) past experience on DOD and other contracts, (6) availability of key personnel (prime and consultants), (7) volume of DOD work awarded in the previous 12 months, and (8) firm?s demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design, (9) past experience and demonstration of capabilities in maintaining project record databases, (10) firm?s demonstrated success in developing and implementing internal quality control program to provide customer assurance of quality services. Proximity is not a factor due to the varied project locations. Firms participating in the Defense Commissary design/build projects currently under contract as member of a design team are ineligible in order to avoid conflict of interest. Firms desiring consideration shall submit appropriate data to AETC CONS/LGCR, ATTN: S. Nasif, 2250 Foulois St., Suite 2, lackland AFB TX 78236. Technical questions should be addressed to DeCA/CIED/Glenn Weiblen (210) 671-8412. Include two copies of SF Form 254 and SF 255, examples of maintained project information systems and a copy to the firm?s proposed internal control plan and demonstration that the plan has been successfully utilized on prior engineering design, management and inspection efforts. Only the 11-92 edition or later of the SF Form 254 and SF 255 will be accepted. The total of all delivery orders per year will not exceed $7,500,000 and total contract(s) will not exceed $60,000,000. Except for the initial order(s), no subsequent order(s) will exceed $1,000,000. The initial order(s) may not exceed $5,000,000. The A-E(s) is guaranteed a minimum of $100,000 during the life of the contract. The contract(s) will be firm fixed price, IDIQ contract(s) for a period of nine years with a three year priced base period and two separately priced option periods for three years. Award of contract(s) is contingent upon authorization and availability of funds. All responses must be received by 20 Mar 03 to be considered for selection. No other general notification to firms under consideration for this project(s) will be made and no further action beyond submittal of SF 254 and SF 255 are required. As part of the evaluation process, the Government reserves the right to hold interviews with all responders. The government further reserves the right to conduct interviews in the San Antonio, TX area or by telephone. This is not an RFP. Responses, including submission of SF 254 and SF 255 and other information to support evaluation of the offeror?s proposal must be received within 30 days from the date of this issue to be considered for selection Responses should reference No. F41689-03-R-0015. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/SCSDeCAS/F41689-03-R-0015/listing.html)
 
Place of Performance
Address: Located Worldwide throughout the continental US and Overseas.
 
Record
SN00534746-F 20040303/040301230503 (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.