Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

C -- Architect-Engineer Services

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Keesler AFB Contracting Squadron, 310 M Street Rm 102, Keesler AFB, MS, 39534-2147
 
ZIP Code
39534-2147
 
Solicitation Number
Reference-Number-FA3010-A-E
 
Response Due
7/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Kathleen Dellenger, Contract Specialist, Phone (228) 377-1819, Fax (228) 377-3298, - Reggie Temple, Team Leader, Flight B, Phone (228) 377-1817, Fax (228) 377-3298,
 
E-Mail Address
kathleen.dellenger@keesler.af.mil, reggie.temple@keesler.af.mil
 
Description
Open End Multi-Discipline Architectural and Engineering (A/E) Services - Keesler AFB, MS, is seeking qualified firms to provide A-E services for design of new construction, utility infrastructure, interior design, fire protection engineering, renovation revitalization, repair, lead and asbestos abatement and maintenance, on facilities considered to be either industrial, commercial, institutional or residential type. Services will include but not be limited to: Title I (1) Type A, consisting of (a) performing field and building surveys, investigations, fire and life safety analysis, inspections, data collection and life cycle cost analysis as necessary to support the design phase and (b) developing alternative concepts for design; and (2) Type B, consisting of accomplishing a complete design based on the Government Statement of Work and investigation results for all projects including engineering calculations and design analysis, fire and life safety analysis, technical specifications in MS Word (doc) format using the Unified Guide Specifications, detailed drawings in AutoCAD drawing (.dwg) format and utilizing the Keesler Air Force Base Standard Layer Structure, and cost estimates for use in competitive bidding by contractors; and Title II (3) Type C, (at the option of the Government), consisting of bid analysis, inspections, certifications, testing and acceptance of fire detection and sprinkler systems, preparation of modifications and upon completion of the project preparation of final as-built mylars. Firms responding to this announcement must submit a current SF 330, Architect-Engineer Qualifications Statement. A copy of the SF 330 can be obtained from the General Services Administration (GSA) forms library at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do. Firms must also submit a current SF 330 for each and all consultants scheduled for participation. Prospective A-E firms will be evaluated in accordance with the following criteria, which are listed in order of importance. Selected A-E will best meet these qualifications: (1) Professional qualifications and experience necessary for satisfactory performance of required architectural, interior design, and fire protection, mechanical, electrical, civil, and structural engineering services. (2) Specialized experience and technical competence in the design of projects in the range up to $750,000 for new construction and up to $25,000,000 for renovation, utility infrastructure interior design, fire protection, mechanical, electrical, civil, and structural engineering services, renovations, revitalization, repair, lead and asbestos abatement and maintenance on facilities considered to be either industrial, commercial, institutional or residential type; (3) location of the firm?s permanent office within the geographical area (within 125 miles) of the base and knowledge of the locality of the base; (4) capacity of the firm to accomplish the work in the required time; (5) past performance on all projects in terms of cost control, quality of work and compliance with performance schedules; (6) volume of work previously awarded to firms by DOD with the objective of effecting equitable distribution of A/E contracts among qualified A/E firms that have not had prior DOD contracts during the previous 12 months. (7) participation of small businesses (e.g., Woman Owned Small Business, HubZone Small Business, Veteran Owned Small Business), small disadvantaged businesses, and historically black colleges and universities, or other minority institutions, in the proposed contract team, measured as a percentage of the estimated effort. The offeror must provide adequate documentation in Part 1 ? Contract-Specific Qualifications, Section C, D and E of the Standard Form 330 to illustrate the extent of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract effort. Participation in performance of the contract includes joint ventures, teaming arrangements, and subcontracts. (NOTE: Small Business Prime Offerors Only: The Small Business offeror will be evaluated to determine the extent of participation of Small Disadvantaged Businesses utilizing the documentation provided in Part 1 ? Contract-Specific Qualifications, Section C, D and E of the Standard Form 330. Requirements to utilize all other Small Business types (e.g., Woman Owned Small Business, HubZone Small Business, and Veteran Owned Small Business), included in the criteria are not applicable to Small Business offerors. Firms failing to submit any of the aforementioned data will not be given further consideration. The proposed contract will be for a period of one year, with 4 (6 month) option periods. A minimum of $5,000 in task order fees will be guaranteed. A maximum of $750,000 in task order fees is possible during a 12-month period, not to exceed $2,250,000.00 in the three-year period. No single task order will exceed $299,000 in total fees except that the initial task order for the basic period and each option period may exceed $299,000. Multiple contract awards are anticipated from this announcement. Type of Contract: Firm Fixed Price. Estimated start date is Oct 2004. One copy of all of the SF 330?s is to be received in this office no later than 4:00pm (CST) the 30th day after the date of appearance of this announcement. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Should the due date fall on a weekend or holiday, the SF330 will be due the first working day thereafter.
 
Place of Performance
Address: 310
Zip Code: 39534-2147
Country: USA
 
Record
SN00603566-W 20040617/040615211806 (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.