Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
MODIFICATION

C -- ARCHITECT & ENGINEERING SERVICES: TITLE I-A, TITLE I-B, TITLE II, AND OTHER ARCHITECT-ENGINEERING SERVICES

Notice Date
7/20/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-04-R-0138
 
Response Due
8/30/2004
 
Archive Date
9/14/2004
 
Point of Contact
Scott Bedford, Contract Manager, Phone 757-764-7581, Fax 757-764-0905, - Niki Hajik, Contract Specialist, Phone 757-764-7581, Fax 757-764-2942,
 
E-Mail Address
scott.bedford@langley.af.mil, niki.hajik@Langley.af.mil
 
Description
Changes - (SF 254/255 is changed to read SF 330). Prospective firms shall submit Standard Form 330. See below for changes NAICS 541330 (Engineering Services) applies to this acquisition, with a size standard of $4M. Air Combat Command, Langley AFB, VA desires to contract with Architect-Engineer (A&E) firms to perform Title I-A, Title 1-B, Title II, and other A&E services for a broad range of specialized, highly technical, engineering projects and studies of interest to Air Combat Command installations. Site locations include, but are not limited to, United States, Puerto Rico, Colombia, Peru, Venezuela, Ecuador, Southwest Asia, Honduras, Netherlands Antilles (Aruba & Curacao) and Iceland. Title I-A services include all activities to support and generate required document submittals for Investigation Reports and Preliminary Cost Estimate. The Investigation Report must include documentation of specific project requirements, the A&E?s options and solutions, and the result of the pre-design planning and investigation. The Preliminary Cost Estimate is based upon the completed investigation and pre-design planning and must cover all labor, materials, equipment, tests, and other expenses required for construction of the project. Title I-B services include performing all activities to support and generate required document submittals for Design Analysis, Contract Drawings, Contract Specifications, Construction Cost Estimate, Color Boards, Schedule of Material Submittals, and Bid Schedule. Title II services include performing all activities to support and generate required document submittals for Submittal Review Comments, Construction Inspection Record, Weekly Construction Summary, and As-Built Drawings. Other A&E services include establishing general design criteria; conducting fact-finding studies, surveys, and investigations; system analysis and solutions to unique engineering problems which may arise; troubleshooting unique system problems; providing engineering evaluations, studies, and solutions; performing comprehensive planning projects including development of comprehensive plans, base comprehensive plan component plans, general plans, area development plans, land use plans, transportation plans, and facility siting studies; and performing environmental projects involving prevention and compliance. These resulting contracts are the follow-on to the existing A&E services contracts. A&E selection procedures will be used to competitively award four (4) indefinite delivery/indefinite quantity (ID/IQ) contracts. All of these contracts will be awarded as full and open competition. The estimated ceiling price for all contracts awarded under this announcement is $20M ($5M per contract). Total fees will not exceed $1M for each year / per contract. Total fees of $50,000 per contract are guaranteed only over the basic period of the contract. The contract will cover a one-year basic ordering period with four one-year option periods. Task Orders, which will be firm fixed price, may be issued on an as required basis for one year from the award date of the contract with a four-year option. Selection of the A&E firms for these contracts will be based on the following evaluation factors that are listed in priority order of importance: (1) Specialized Experience. List only current projects or projects completed in the past five years. Specific project experience will be evaluated for ability to support the following requirements: (a) Investigation of Pavement Defects and Deficiencies, Airfield Pavements Surface Effects Testing, Pavement Condition Surveys (Airfield, Streets, and Parking Lots), Airfield Pavements Evaluation, Airfield Mission Change Impact Studies, Pavement Drainage Studies, Aircraft Refueling Systems (Dispensing and Storage) Studies, Railroad Trackage Maintenance Repair and Re-Construction Studies, Base Roofing Surveys, Roof Maintenance, Repair, and Replacement Projects, Oversight of Aircraft Arresting System Construction, Electrical Distribution Studies, Fire Protection System Evaluations, Life Safety Studies, Fire Hazards Analysis, Indoor Air Quality Surveys, Water Pressure/Flow Analysis, Water and Sewage Treatment Studies, Water Supply and Conservation Studies, Cathodic Protection System Evaluation, Troubleshooting and Design, Training programs for various infrastructure areas such as Corrosion Control, Radio Fire Alarms, Direct Digital Controls, Roof Surveys, NFPA code, NEC code, American Petroleum Institute Tank Inspection, Industrial Water Treatment, etc., Oversight of Heating, Ventilation, and Air Conditioning Commissioning and Controls Integration, Compliance with EPA, OSHA and local regulations relating to asbestos and lead based paint sampling, testing and abatement, Comprehensive planning projects including development of comprehensive plans, base comprehensive plan component plans, general plans, area development plans, land use plans, transportation plans, and facility siting studies. (b) Design of commercial and industrial facility upgrades, repairs, renovations, and new construction (Design of Facilities, Infrastructure Systems, and Pavements) (c) Construction cost estimating for projects in the United States and overseas (d) Contstruction inspection (2) Professional Qualifications of Key Personnel. Show the entire proposed team by listing personnel from the prime contractor and personnel from subcontractors/teaming arrangement. Professional Qualifications and specialized experience of the prime firm members, and consultants in the following disciplines: program manager; Architect; Civil; Structural; Electrical; Mechanical; Fire Protection; Geo-technical, Corrosion, Industrial Hygienist, Landscape Architect; Environmental; Planning Technician, Comprehensive Planner, Community Planner, Airfield Planner, Estimator; Specifications Writer; GIS Specialist, CADD Operator. (3) Past Performance. Cite examples of performance by the prime firm?s and subcontractor?s past performance and/or experience during the past five (5) years, with respect to their execution of DoD and other A-E contracts similar to those being requested in this synopsis. Performance on DoD contracts will be given more weight than performance on private industry contracts. -Include the accuracy of project cost estimates as compared to contract award amount (4) Professional Capacity. Each firm shall demonstrate capability to accomplish 60% of design work for facilities, infrastructure and pavement projects requires having a minimum of one registered professional working in-house for three of the four disciplines: architect, mechanical, electrical, structural/civil. Subcontractors/teaming partners to be included by the prime contractor in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract; (5) Location of the firm from Langley AFB, Hampton VA, in range of: within 50 miles, between 50 and 100 miles, and beyond 100 miles; (6) Past Volume of DoD contract awards in the previous year; (7) Innovative Design: any awards won in the past 3 years for innovative designs from nationally recognized organizations; (8) In accordance with FAR 19.1202-2, the extent of Small Disadvantaged Business (SDB) participation will be evaluated under this in the following areas; a) The extent to which SDB concerns are specifically identified; b) past performance of the firm in complying with subcontracting plan goals for SDB concerns and monetary targets for SDB participation; c) and the extent of participation of SDB concerns in terms of the value of the total acquisition. The evaluation board may interview firms who are slated. Information to be provided will be determined at the time the decision is made to hold interviews. Prospective firms shall submit two copies of completed U. S. Government Standard Form 330 no later than 4:00 PM EST on 30 Aug 04 to: ACC CONS/LGCE 130 DOUGLAS STREET LANGLEY AFB VA 23665 Firms are directed to keep the total page count of SF 330 submission to no more than 100 pages of text numbered consecutively from 1 to 100. SF 330 shall be submitted on no more than 50 sheets of paper. The submittal shall be formatted as follows: 8.5 x 11, minimum element font size 10, double sided, secured with plastic comb binding element, landscape format, head to foot layout. Any additional pages and/or other documents submitted will be destroyed without consideration. This is not a request for proposal.
 
Place of Performance
Address: ACC CONS/LGCE, 130 DOUGLAS STREET, LANGLEY AFB VA,
Zip Code: 23665
 
Record
SN00626765-W 20040722/040720211917 (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.