Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2004 FBO #1055
MODIFICATION

C -- A-E Services at Lajes Field AB, Portugal

Notice Date
10/14/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
Reference-Number-FA4486-05-AES1
 
Response Due
11/12/2004
 
Archive Date
11/27/2004
 
Point of Contact
Rozelle Dickens, Contract Specialist, Phone 011-351-295-571190, Fax 011-351-295-573758, - Mary Accomando, Contracting Officer, Phone 011-351-576749, Fax 011-351-573758,
 
E-Mail Address
rozelle.dickens@lajes.af.mil, mary.accomando@lajes.af.mil
 
Description
The Pre-Solicitation Notice issued on 13 Oct 2004 is amended as follows: Services are required for an Indefinite Delivery Indefinite Quantity Architect-Engineer Title I services at Lajes Field, Azores, Portugal. Architect-Engineer services for engineering design and contract specifications to include a broad variety of maintenance, repair, alteration and new construction projects less than $750K. Projects will require multi-discipline engineering services, which entail primarily commercial-industrial facilities. The scope of services shall include, but are not limited to, site visits, investigation, surveying, studies, reports, assessments, development and recommendation of alternatives, calculations, measurements, inspections, product research, construction drawings, specifications, and cost estimates. Familiarity with U.S. National Building, structural, mechanical, plumbing, electrical, fire and life safety codes and Uniform Federal Accessibility Standards are required. Familiarity with DoD and Air Force manuals, pamphlets, regulations, antiterrorism and force protection standards and design standards are desired, but not required. Expertise in the following disciplines is required: architecture, civil, structural, electrical, mechanical, landscape architecture, planning and interior design. Subspecialties including pavement evaluation and design, roof evaluation and design, electrical power generation and distribution, fire detection and protection system evaluation and design, blast analysis, life safety studies and/or environmental aspects of infrastructure systems are desired. The A&E may be required to produce designs for asbestos and lead abatement, containment and remediation. The intent is to select one or more A&E firms from this single solicitation; with at least one A & E firm located in mainland Portugal and its territories. Each contract will be accomplished by individually negotiated, firm-fixed-price delivery orders. The contract will cover a one-year basic ordering period with four one-year option periods. The minimum amount is $5,000 for the basic contract year. The minimum amount for each subsequent option year is $5,000. The maximum amount for each contract year (basic and subsequent option) is $700,000. Firms will be evaluated using the following criteria: Criteria numbers are shown in descending order of importance: (1) Demonstrated ability and recent specialized experience in performing A&E designs for commercial and industrial facilities (projects in both DoD and/or private sector) in the disciplines listed above. Recent is defined as either current projects or projects within the last three years; (2) Professional capabilities, qualifications and specialized experience of the prime firm staff, and consultants/subcontractors, if applicable, to be assigned in direct support of this work. Structure of the team if one or more disciplines outlined above is delivered by a source outside the prime firm (subcontractor, consultant, etc.); (3) Past performance of A&E services (projects in both DoD and/or private sector) in terms of cost control, innovative approaches/methods, compliance with performance schedules, quality of work and cost estimate accuracy. Provide information only for projects that are currently 65% or more designed or completed during the past three (3) years; (4) Awards won in the past three (3) years for innovative designs from nationally recognized organizations including the salient features of the design; (5) Capability for electronic product delivery (e-mail, FTP site, internet access, etc.); (6) Professional capacity and resources to accomplish work with accelerated turnarounds. Specifically whether the surge capability is in-house or subcontracted; (7) Demonstrated knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design; (8) Volume of DoD projects previously accomplished in last two (2) years; (9) Accessibility to Logan International Airport in Boston and John F. Kennedy Airport in New York City (for US contractors). Only firms with AutoCAD Computer Aided Design and Drafting capability and Microsoft Office software Suite capabilities will be considered. Responses must be postmarked within 30 days of the date of this synopsis. The North American Industrial Classification Standard (NAICS) is 541310. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Interested firms must submit two (2) copies of the SF 330(to include any consultant/subcontractor firms as identified in evaluation factor #2 to the following address: 65th Contracting Squadron/LGCA, Attn: SSgt Rozelle D. Dickens, Bldg T-615, Base das Lajes, 9760 Praia da Vitoria, Azores, Portugal. Responses are to be submitted by 12 November 2004. Any responses received after this date will not be accepted. This is not a request for proposal.
 
Place of Performance
Address: 65th Civil Engineering Squadron, Building T-570, Lajes Field, Azores, Portugal, APO AE
Zip Code: 09720
Country: Portugal
 
Record
SN00694248-W 20041016/041014211910 (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.