Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

C -- A-E SERVICES Architectural Facility Planning -- UNRESTRICTED

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-05-R-AE05
 
Response Due
2/22/2005
 
Description
The USAF Academy announces a Request for Qualifications (RFQ) for A-E firms interested in contracting for Architect-Engineer Services with emphasis in Architectural Designs and Comprehensive Master Planning for the USAF Academy in Colorado. SF-330s are being requested........................................... This announcement is open to all firms regardless of size. The NAICS Code 541310 (Architectural Services) designates firms with average annual receipts for the preceding three fiscal years over $4 Million as Large Business. If a large business is selected for the contract, it must furnish a subcontracting plan IAW FAR 52.219-9 prior to contract award. Large businesses are highly encouraged to include the greatest percentage of small business firms in their team composition. Prime must be registered in the DOD Central Contractor Registration (CCR)...... The government contemplates the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract resulting from this competition. Work under the contract is subject to satisfactory negotiation of individual delivery orders. The contract will be for a period of one base year and the government may, at its option, extend the contract for 4 one-year option periods. The firm selected is guaranteed a minimum of $5,000 in fees for the base year with a maximum of $750,000 per delivery order and a maximum of $2 Million per year... Delivery Orders include Architectural A-E Title I, Title 2, and other A-E Services for a broad variety of design services and facility planning services to include comprehensive Master Plan of the USAF Academy, maintenance, repair, and infrastructure projects. Services required may be Historic Preservation/Revitalization, record documents research, recommendations, field investigations, space analysis, studies, reports, analysis, cost estimates, specifications, product research, preparation of construction drawings, presentations to coordinating agencies, modeling, planning, and master plans. Designs may require asbestos and lead based paint removal... This open-end contract may include the design of repairs, remodel, and replacement of existing building systems including but not limited to facilities and buildings within the base?s national historic landmark district including the Cadet Chapel. Experience interacting with Historic Landmark Boards relating to 1950?s modernist style architecture, the preservation and restoration of modernist architecture unique to USAF Academy and the intent of the original designer-- Skidmore, Owings & Merrill at 14 Wall ST, New York; phone 212-298-9300. The comprehensive master planning may include the educational campus planning, area development planning, land use planning, and design guidelines... Title 1 services involve facility assessments, A-E studies, site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A-E firms, value engineering studies reviews, and construction phase services. Title 2 Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings and material selections. Construction management services, as-built services, and peer review services may be required. Requires an understanding of 1950?s modernist style of architecture, current knowledge and understanding of USAF Academy?s planning issues and standards, and familiarity with sustainable design through an integrated design approach. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents be submitted with the AutoCAD version being used by USAFA ..... PRESELECTION CRITERIA..... Project Manager must be a Registered Architect licensed in the State of Colorado. Responses should include the prime and any proposed sub-consultants for all disciplines including Architectural, Civil/Structural, Mechanical, Historian, Roofing, Landscape, Fire Protection, Cost Estimating, Environmental, and each of the major engineering disciplines required for a completed design as well as routine administrative coordination for ascertaining and working within government requirements, applicable laws, codes, and standards ..... SELECTION CRITERIA. In addition to the SF 330, submittals must include a cover letter specifically addressing each of the below listed criteria in sequence..... (1) Specialized Experience including modernist design and comprehensive planning expertise of the firm in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional qualifications with extensive experience interacting with Historic Landmark Boards relating to 1950?s modernist style architecture; (4) Professional capacity of the firm to do the work in the required time; (5) Past performance of contracts both government and private; (6) Volume of work: specifically list all DOD contracts awarded the firm for the previous 3 years to include dollar amount; and any work ever performed at USAF Academy to include (7) Required for Large Business only; Percent of Small Businesses included in the Team Composition...... Evaluation factors are listed in descending order of importance. Factors (1), (2), & (3) are significantly more important; and factors (4), (5) and (6) are more important than factor (7). Selection shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above...... REQUIRED SUBMITTALS: (1) Cover Letter addressing the Selection Criteria (2) 3 References for the Prime's work to include Company, Phone Number, & Contact Name (2) SF 330 (Architect-Engineer Qualifications) for the Prime and each Consultant ........ Interested A-E firms that have the capabilities to perform the anticipated work must SUBMIT 2 COPIES OF EACH PACKET ..... The SF 330 must also include the following: (1) Part 1 Block 17: Registration must include State, Discipline, & Year. (2) Part 1, Block 10 & 11: Firms with more than one office / location must complete Block 10 & 11 for each location. Block 10(Address)-include Phone. Block 11 (Role in this Contract)-include which office will be the main office or branch). (3) Part I, Block 23: Include a Customer Point of Contact & phone number for projects listed. (4) Part II, Block 9: Distinguish by discipline the number of personnel in the total firm; and from that total, list the number of personnel in the branch offices for each discipline...... 2 copies of the complete package must be received at the following address: 10 MSG/LGCA Contracting, ATTN: Beth Moronese 8110 Industrial Dr STE 200, USAF Academy, CO 80840-2315. Contract Officer is Beth Moronese at 719-333-6677. Submittal is Due: 22 FEB 2005 by 1:30 PM Mountain Time.
 
Place of Performance
Address: USAF ACADEMY, COLORADO
Zip Code: 80840
Country: USA
 
Record
SN00738262-W 20050123/050121212145 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.