Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2005 FBO #1237
MODIFICATION

C -- Multi Discipline Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Architect-Engineer (A-E) Services

Notice Date
4/13/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-05-R0004
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Description
This request is being solicited on an unrestricted base. This is an Architect-Engineer (A-E) service acquisition for a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a base period of one year and two option periods of one year each. The NAICS Code is 541330. A-E services are required for the preparation of parametric estimating and programming, development of plans, specifications and cost estimates suitable for bidding and repairs, renovations, alterations, upgrades, possible replacement (new construction), and associated demolition work for various projects primarily at Seymour Johnson AFB and occasionally at Dare County Bomb Range and Fort Fisher in NC. A-E services for these projects will be accomplished under Task Orders written against the IDIQ contract. Construction cost ranges for these projects vary; however, it is not contemplated that the cost range for any individual job will be between $1,000,000 and $5,000,000. The selected A-E firm(s) will be required to participate in an orientation, scope of work and site visit meetings (when requested) within 7 calendar days after receiving the request for proposal for a project. The maximum monetary limit for all task orders under this contract shall not exceed $2,250,000 with the maximum task order amount of $299,000. The guaranteed minimum for the IDIQ contract is $10,000 for the life of the contract. The work involved is multi-disciplined and includes, but is not limited to architectural, structural, civil, environmental, plumbing, electrical, management information systems (MIS) technicians, fire protection, site work, and mechanical requirements. Field surveying, landscaping design, and architectural rendering capabilities may be required. Familiarity with sustainable design through an integrated design approach is required. Familiarity with English and metric system of measurements is required. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. The firm(s) must also be able to provide part-time and/or full-time on-site project specific construction inspection, contract administration and field engineering services. All drawings are to be in electronic attachment format, DFX or DGN format and shall be 100% compatible with Computer Assisted Design Drawing Software (CADD). Documentation shall be furnished with each drawing file detailing level layer usage, and scale information for drawings. The selected firm(s) must have the capability of providing final drawings formatted in AutoCAD 2002 or higher. Each final drawing shall be provided on CD-ROM, formatted for the Windows operating system. The firm(s) shall also be able to obtain MaxView/SourceView software and convert drawing files formatted for electronic posting over the Internet. Each converted drawing file shall be provided on CD-ROM, formatted for the Windows operating system. Firms are reminded of the requirement in FAR 36.601-3(a), which states that the construction design specifications shall require the maximum practicable use of recovered materials considering the performance requirements, availability, price reasonableness, and cost-effectiveness. The possibility of hazardous materials, i.e., asbestos, lead paint, and other materials may exist at project sites. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm(s) or their sub-contractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of construction requirements/ acquisitions. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, concept designs, cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, preparation of construction record drawings, and O&M manuals, may be required at any time up to final acceptance of all work. Because the IDIQ contract could eventually result in an award over $500,000, a subcontracting plan will be required by large business concerns to include all elements referenced in FAR 52.219-9. All contractors are required to be registered in the Central Contractor Registration (CCR) database prior to receiving a contract award. All offerors in response to this solicitation shall complete electronic annual representation and certifications at http://www.bpn.gov/orca in conjunction with required regisistration in the Central Contractor Registration (CCR) database. B. SELECTION CRITERIA: Selection criteria to be utilized are listed in the relative order of importance as follows: 1. Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials; 2. Professional qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Environmental, Mechanical, Electrical Engineers, Plumbers, Interior Designers, Landscape Designers, Registered Surveyors , MIS Technicians and Fire Protection Specialists; 3. Professional capacity to complete projects within the established time limits, meeting project dollar thresholds, and current workload; 4. Ability to provide part-time and/or full-time on-site project specific construction inspection, contract administration and field engineering. Ability to provide full and/or part-time on-site designs and plans review by professional engineers and/or architects on an as-needed basis. 5. Past performance of the A-E firm (and their sub-contractors) in their quality control/quality assurance program to assure coordinated technically accurate Request for Proposal (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; 6. Historical dollar value and magnitude of requirements performed; 7. Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD); 8. Special emphases will be placed on firms located within 150 miles of Seymour Johnson AFB NC which is located in Goldsboro NC; 9. Volume of DoD contracts awarded in the previous 12 months. It is estimated that this contract will be awarded in the fourth quarter of fiscal year 2005. 10. Cost control effectiveness based on recent competitively bid contracts: 11. Full-time construction inspection capability. C. REQUIRED DOCUMENTS: Interested firms, which meet the requirements described in this announcement, are invited to submit two copies (1 original and 1 copy) of their completed Standard Form (SF) 330, Architect-Engineer and Qualifications. Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8 ? x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable. Firms responding to this announcement by the response date will be considered for selection. This is not a request for proposal. Multiple awards will be made from this notice. Fax copies will not be accepted. Identify submittal with FA4809-05-R0004 and address to: 4th Contracting Squadron/LGCA, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC 27531, ATTN: Nicholas Northam. Primary POC is SrA Northam at (919) 722-5423; e-mail: nicholas.northam@seymourjohnson.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-APR-2005. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 4th Contracting Squadron, 1695 Wright Brothers Avenue, Seymour Johnson AFB NC, 27531
Zip Code: 27531
Country: United States
 
Record
SN00788571-W 20050416/050414213008 (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.