Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

C -- Architectural A-E Unrestricted

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-04-R-AE04
 
Response Due
9/24/2004
 
Archive Date
10/9/2004
 
Point of Contact
Beth Moronese, Lead Contract Specialist, Phone 719-333-6677, Fax 719-333-6608, - Ronald Hudgins, Contract Specialist, Phone (719) 333-4054, Fax (719) 333-4404,
 
E-Mail Address
beth.moronese@usafa.af.mil, ronald.hudgins@usafa.af.mil
 
Description
The USAF Academy announces a Request for Qualifications (RFQ) for A-E firms interested in contracting for Architect-Engineer Services with emphasis in Architectural designs as mentioned in this notice. SF-254s and SF-255s are being requested.... This announcement is open to all firms regardless of size. The NAICS Code 541330 (Engineering Services) designates firms with average annual receipts for the preceding three fiscal years over $4 Million as Large Business. If a large business is selected for the contract, it must furnish a subcontracting plan IAW FAR 52.219-9 prior to contract award. Large businesses are highly encouraged to include the greatest percentage of small business firms in their team composition. For the Small Business Administration's list of registered small business A-E firms, please contact Jose Martinez at 303-844-0513. Prime must be registered in the DOD Central Contractor Registration (CCR).... The government contemplates the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract resulting from this competition. Work under the contract is subject to satisfactory negotiation of individual delivery orders. The contract will be for a period of one base year and the government may, at its option extend the contract for 4 one-year option periods. The firm selected is guaranteed a Minimum of $5,000 in fees for the base year only.... Delivery Orders include Architectural A-E Title I, Title 2, and other A-E Services for a broad variety of maintenance, repair, and infrastructure construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings, and presentations to coordinating agencies. Designs may require asbestos and lead based paint removal. Title 1 services may include the design of facility assessments, architectural and engineering studies, site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A-E firms, value engineering studies, reviews, and construction phase services. Title 2 Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings and material selections. Construction management services, as-built services, and peer review services may be required of all A-Es. Familiarity with sustainable design through an integrated design approach is required. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents shall be submitted with AutoCAD version 2000 or as specified by USAFA..... PRESELECTION CRITERIA..... Project Manager must be a Registered Architect licensed in the State of Colorado. Location must be within 120 miles of the US Air Force Academy, Colorado Springs, Colorado..... Responses should include proposed sub-consultants for all disciplines including Architectural, Civil/Structural, Mechanical, Historian, Roofing, Landscape, Fire Protection, Cost Estimating, Environmental, and each of the major engineering disciplines required for a completed design as well as routine administrative coordination of the various disciplines involved; ascertaining and working within government requirements, applicable laws, codes, and standards..... SELECTION CRITERIA. In addition to the Organizational Chart, SF 255, and SF 254s, submittals must include a cover letter specifically addressing each of the below listed criteria in sequence..... (1) Specialized Experience, Expertise of the firm in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional capacity of the firm to do the work in the required time; (4) Past performance of contracts both government and private; (5) Volume of work: specifically list all DOD contracts awarded the firm for the previous 3 years to include dollar amount; and any work ever performed at USAF Academy to include dollar amount; (6) CADD capabilities; (7) Required for Large Business only: Percent of Small Businesses included in the Team Composition. Evaluation factors are listed in descending order of importance. Factors (1), (2), and (3) are significantly more important; and factors (4) and (5) are more important than factors (6) and (7). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above...... REQUIRED SUBMITTALS: (1) Selection Criteria Cover Letter (2) Organizational Chart indicating Prime and Consultants to be utilized under this contact (3) SF 255 and SF 254 for the Prime contractor (4) plus a SF 254 for each proposed SubConsultant ..... Interested A-E firms that have the capabilities to perform the anticipated work must submit 2 copies of each packet with the cover letter addressing the Selection Criteria, the Organizational Chart, the SF-255 and SF-254 for the Prime, and the SF-254s (for all consultants as listed in Block 6 of the prime firm?s SF-255). SF-254 must include Block 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. SF-255 must include (1) The prime firm?s DUNS number. (2) Block 4: distinguish by discipline the number of personnel in the prime?s office (Line B), and all consultants (Line A), that will perform the work, and the total number of personnel for each line; (3) Block 7c: Each key person?s office address, including telephone/FAX numbers and e-mail addresses if different than as stated in Block 3 of the SF-255 or Block 1 of the SF-254. (4) Block 7f: Registrations must include state, year, and discipline; (5) Block 8: Descriptive project synopsis which best illustrates the prime?s qualifications relevant to this announcement. (6) Block 8c: Include a Point of Contact with current telephone/fax numbers and e-mail address for each project listed. (7) Block 9 Include current workload and equitable distribution of work among A-E firms. 2 copies of the complete package must be received at the following address: (Recommend package be mailed since access to the base may be difficult) 10 MSG/LGCA Contracting, ATTN: Beth Moronese 8110 Industrial Dr STE 200, USAF Academy, CO 80840-2315. Contact is Beth Moronese at 719-333-6677. Submittal are due 27 SEP 2004 by 4:30 PM Mountain Time.
 
Place of Performance
Address: U.S. AIR FORCE ACADEMY, COLORADO SPRINGS, COLORADO
Zip Code: 80840
Country: USA
 
Record
SN00599453-W 20040609/040607212035 (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.