Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

C -- Architect and Engineering/Mechanical - Electrical

Notice Date
10/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
FA4610MechElect
 
Response Due
11/17/2004
 
Point of Contact
Tom Zidar, Contract Specialist, Phone 805-606-2629, Fax 805-606-5867, - Denise Robb, Contracting Officer, Phone 805.606.1506, Fax 805.606.5867,
 
E-Mail Address
thomas.zidar@vandenberg.af.mil, denise.robb@vandenberg.af.mil
 
Description
ARCHITECT-ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES AND TITLE II INSPECTION SERVICES: A-E WITH THE FOLLOWING ENGINEERING CATEGORIES MECHANICAL – ELECTRICAL WILL BE CONSIDERED. THE SELECTED A-E FIRM MUST PERFORM THE PRIMARY DISCIPLINE AND MAY EMPLOY QUALIFIED CONSULTANTS TO PERFORM OTHER DSICIPLINES. A professional Architect and/or Engineer in the appropriate discipline, licensed in the State of California 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 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 architectural, interior design, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Investigative services may include studies, reports, design analyses, constructability and peer reviews, surveys, and cost estimates. Title II Services, may be required for the supervision and inspection of construction projects. The selected A-E’s will need to become familiar with VAFB facility design, anti-terrorism, and CAD Standards; as well as other government codes that may be required for selective completed 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 A-E’s 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 A-E 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 A-E Open-End contracts may be awarded, based on amount and type (primary discipline) of projected workload, and availability of funds. The total fees for the basic year and all option years shall not exceed $3,750,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $25,000 and a maximum of $3,750,000 over the life of the contract. 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 A-E 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 (key discipline in California required); 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 site specific factors e.g., seismic & wind load design, coastal climate corrosion control, and familiarity with local standards (e.g., County, State, Vandenberg, etc.); d) 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 2000 (or newer); ArcGIS, GPS and other technology to perform professional engineering design , analysis, and contract documents.; e) 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) bench strength/depth; e) Quality, cost, and schedule and control procedures and technology used; (4) Location in the general geographical area of the contract and knowledge of the locality of the contract; a) Specific experience with Vandenberg Air Force Base, b) within Santa Barbara – San Luis Obispo counties; c) Monterey to Los Angeles; d) California; e) California Border States; f) Other States; (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. Firms desiring consideration shall submit Standard Form 330, Architect-Engineer Qualifications (06/04). 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., 30 days from the publication date of this announcement to the Contracting Office address noted above. Facsimile transmission will not be accepted and will be considered non-responsive. Standard Forms 330 may be obtained via the GSA web site at http://www.gsa.gov/forms/zero. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/30CONS/FA4610MechElect/listing.html)
 
Place of Performance
Address: Vandenberg AFB CA
Zip Code: 93437
Country: USA
 
Record
SN00807982-F 20050515/050513215235 (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.