Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

C -- Civil/ Structural Engineering IDIQ

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-05-R-9999
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Description
SYNOPSIS CIVIL/STRUCTUAL ENGINEERING FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR DESIGN AND INVESTIGATION OF CONSTRUCTION PROJECTS, WITH THE FOLLOWING SUPPORTING SERVICES SUCH AS MECHANICAL, ELECTRICAL, ENVIRONMENTAL, ARCHITECTURAL & INTERIOR DESIGN, ETC. THE SELECTED CIVIL/STRUCTURAL FIRM MUST PERFORM THE PRIMARY DISCIPLINE AND MAY EMPLOY QUALIFIED CONSULTANTS TO PERFORM OTHER DISCIPLINES. A professional Engineer and/or Architect in the appropriate discipline, licensed in the State of Nebraska shall stamp all contract drawings. Title I Design services may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including roads/bridges, infrastructure, utilities, erosion control, and environmental restoration. Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings (in bond and mylar), AutoCAD 2004 (or the latest version) drawings; specifications written in the Construction Specification Institute (CSI) format; economic analysis, construction cost and time estimates; engineering calculations, logs; and study reports. Projects may include various combinations of structural & civil, architectural, interior design, landscape architecture, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Investigative services may include studies, reports, design analysis, constructability and peer reviews, surveys, and cost estimates. The selected Engineering firms will need to become familiar with Offutt AFB facility design, anti-terrorism, and CAD Standards; as well as other government codes that may be required for selective completed projects. Title II Services maybe required for the supervision and inspection of construction projects. CONTRACT INFORMATION: This announcement is placed under the Small Business Competitiveness Demonstration Program and is open to all businesses regardless of size. See Note 24 for General Submission Requirements. If the Engineering firms selected are large businesses, they must comply with FAR 52.219-9, Small Business Subcontracting Plan (Jan 2002) regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting plan is not required with this submission. Open-end civil/structural engineering contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of three civil/structural engineering Open-End contracts may be awarded, based on amount and type (primary discipline) of projected workload, and availability of funds. Indefinite-Delivery/Indefinite-Quantity, not to exceed annual cumulative amount, for the basic and each option year over the life of the contract is $3,750,000.00. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $5,000 per year. The North American Industry Classification System (NAICS) codes for this acquisition are 541330, 541310, and 541690. All firms interested in this announcement must be registered with the Central Contractor Registration (CCR), in order to receive a Federal contract award. To register, go to the CCR Internet address at http://www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the Civil/Structural Engineering Firm ineligible for award. SELECTION CRITERIA: The selection criteria listed below is in descending order of importance (first by major criterion and then by each sub-criterion). (1) Professional qualifications necessary for satisfactory performance of required services, Evaluation will consider key personnel of the primary firm and consultants to be used in this contract in terms of: a) professional registration; b) education, training, relevant experience; c) awards, professional activities, and longevity with the firm; d) other relevant certifications. The availability of an adequate number of personnel in the key discipline shall be presented to ensure that the firm can meet the potential of working on multiple task orders. (2) Specialized experience and technical competence in the type of work required, including, a) design excellence and quality of work (last five years); b) breadth and diversity of projects; c) design strength in government specific factors e.g., security, anti-terrorism, DoD, Air Force, e.g., fuels, hazardous materials, explosive, munitions, air field, launch facilities transmission frequencies, safety requirements, over-sized load transports, etc. competence in AutoCAD 2004 (or newer); ArcGIS, GPS and other technology to perform professional architectural design , analysis, and contract documents.; d) demonstrate design strength in Sustainable Design and /or Environmental Restoration; e.g. LEED certified design experience, energy conservation/efficiency and/or use of alternate energy sources, pollution prevention, waste reduction and use of recovered materials; (3) Past performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (capacity to accomplish the work in the required time); a) past and current customer satisfaction; e.g., overall customer satisfaction, rapport with customer, information sharing, reporting procedures and technology used, meeting design, cost, and schedule goals; b) performance records, e.g., quality of work as measured over a number of projects completed within/or under budget and within/under schedule; c) relationship & history of work with proposed consultants, d) quality, cost, and schedule and control procedures and technology used; (4) Location in the general geographical area of the contract. (5) Average annual volume of Federal work in the past three years with the objective of effecting an equitable distribution of Government A-E contracts among qualified firms. (6) Computer aided drafting and design capability. Firms desiring consideration shall submit following: Standard Form 330 or Standard Form 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer and Related Services questionnaire for Specific Project. Text for each applicant is limited to 50 pages each, exclusive of indexing tabs, project photos or drawings with brief captions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria on a single copy NLT 2:30 p.m., 4 April 2005 to the Contracting Office address noted above. Facsimile transmission will not be accepted and will be considered non-responsive. Standard Forms 254 & 255 may be obtained via the GSA web site at http://www.gsa.gov/Portal/formslibrary.jsp?type=view&category=Standard+Forms&expandview If you need help with getting forms, call TSgt. R. Jason Eder, Contract administrator55th Contracting Squadron/ LGCA, phone 402-294-9900. POINT OF CONTACT: The point of contact for this Synopsis is TSgt. R. Jason Eder, Contract Administrator 55th Contracting Squadron/ LGCA, phone 402-294-9900. 101 Washington Square Bldg. 40 Offutt AFB, NE 68113
 
Place of Performance
Address: 101 Washington Sq., Offutt AFB, NE
Zip Code: 68123
Country: US
 
Record
SN00737472-W 20050122/050120211824 (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.