Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2004 FBO #1090
MODIFICATION

C -- Architect and Engineering Services

Notice Date
11/18/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
F5004-05-R-AE01
 
Response Due
12/28/2004
 
Archive Date
1/4/2005
 
Description
ONE EACH MULTIDISCIPLINE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TYPE CONTRACTS, ARCHITECTURAL AND ENGINEERING SERVICES. Seeking qualified firms to provide Architect-Engineer (A-E) services under one IDIQ contract. Design services may be for Eielson AFB, Birch Lake, Blair Lakes, Yukon Training Range, Oklahoma Training Range, or Clear AFS, Alaska. Title I and II services shall be for studies, designs, analyses and investigation on aircraft fueling systems, bulk fuel storage and transfer systems and related components or structures. The firm must be capable of providing and managing a team of individuals from within the firm or from subcontracts with consultants. The anticipated work may include; but not be limited to the following: (A) planning services: site, utility, infrastructure; traffic and facility planning studies and analysis; (B) investigation services: topographic and soil surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and studies; (C) design services: schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; (D) construction supervision and inspection services: construction observation and inspections, review of submittals, site visits, consultation services during contractor preparation of operations and maintenance manuals and preparation of as-built drawings, (E) field studies, designs, analyses and investigation on aircraft fueling systems, bulk fuel storage and transfer systems and related components or structures. Desired disciplines include Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Enviromental Engineers, Surveyors, Draftsmen and Estimators. Professional registration in Alaska is required. Each delivery order issued under these contracts shall not exceed $350,000. The cumulative amount of delivery orders shall not exceed $1,000,000 per year. Delivery orders shall be issued as needed during the contract period. A minimum of $5,000 in fee work shall be awarded under each of these contracts. Firm fixed price A-E delivery orders shall be used. The contracts will be awarded for a period of one year. The government may at its option, extend the contracts for up to four additional years, and the cumulative amount of delivery orders issued under each option year shall not exceed $1,000,000. The selected A-E firm is expected to work closely with Government personnel and project managers, user groups and the local community. The order of preference for selection of firms for negotiation shall be based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Evaluation criteria in accordance with FAR 36.602-1 will be: (1) Professional qualifications of firm(s) that may perform the actual project work. (2) Past performance history on both Department of Defense (DoD) and other contracts in terms of quality of work, cost control, and compliance with performance schedules. (3) Recent specialized experience and technical competence in the type of projects being designed under this contract. (4) Professional capacity of the firm to perform the work in the required time. (5) Geographic proximity to Eielson AFB, Alaska provided there is an adequate number of qualified firms. (6) Volume of work previously awarded to the firm by the DoD in the last 12 months. Firms desiring consideration should be multi-disciplined in nature or clearly indicate their consultants. Firms that meet the requirements described in this announcement are invited to submit a letter of interest and complete Standard Form 330 to represent the team. Firms desiring consideration should be multi-disciplined in nature or clearly indicate their consultants. Responses should address only specific items/facilities requested in this announcement. Extraneous information will not be reviewed. Submittals not containing the requested information will be deemed non-responsive by the pre-selection board and not considered further. The final selection board may require telephone interviews as part of the final selection evaluation. One copy of the submittal package must be received in this office no later than 4:30 P.M. Alaska Standard Time on the due dated indicated above to be considered for selection. Submttals by FAX or email will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: 354 Broadway Ave, Eielson AFB, AK
Zip Code: 99702
Country: United States of America
 
Record
SN00710251-W 20041120/041118212118 (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.