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 Services Title II Inspection Services

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
FA4610Title2InspectionServices
 
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 TITLE II INSPECTION SERVICES: A-E WITH THE FOLLOWING ENGINEERING CAPABILITIES (1) CONSTRUCTION INSPECTION (2) PRE-CONSTRUCTION DESIGN REVIEW AND CONSTRUCTABILITY CONSULTATION. A-E Services will be required for design review and construction inspection 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. The selected A-E when asked shall review designs, specifications, and cost estimates; and provide the Air Force Civil Engineer Project Manager (AF-CE-PM) with Constructability Consultation throughout the design process. This review and consultation would include suggestions for improvements related to the both the functional and cost effectiveness of the design and its constructability. To assure quality and compliance with all design and regulatory requirements the selected A-E when asked shall perform surveillance and inspection of construction contractor(s) work and provide progress reporting to the AF-CE-PM throughout all construction phases including: pre-construction permits and submittals; construction; testing and/or certifying; pre-final and final inspections; punch lists; collection of all O&M manuals and other submittals as required, assuring accuracy of as-built drawings; and contractor maintenance and warranty periods. Projects may include various combinations of architectural, civil, structural, geotechnical, mechanical, electrical, environmental, interior design, landscape and other engineering and technical disciplines. The selected A-E should be properly experienced and qualified to review and inspect the design and construction work of these various disciplines. The selected A-E will need working knowledge of applicable Federal, State, and local standards and codes of the various disciplines; and will need to become familiar with applicable DoD, Air Force and specifically Vandenberg’s standards and codes (e.g., anti-terrorism, airfield, range safety, munitions, explosives, Vandenberg General Plan and Facility Excellence Plan, etc.). 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 selected is a large business, 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. One Open-End A-E contract will be awarded based on the selection criteria below. The total fees for the basic year and all option years shall not exceed $3,750,000. The proposed contract will consist of negotiated fix 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) code for this acquisition is 541330. 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. Firms having prior work with the Government must be registered under Architect-Engineer Contract & Administration Support System (ACASS) and must provide their ACASS number for the office that will perform the work. To get your ACASS number call 1-503-808-4596; or Fax a written request to 1-503-808-4590, Attention: Marilyn D. Nedell. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). (1) Specialized experience, and technical competence. Overall experience and quality of work in the last six years in terms of: a) Sustained track record in design review consultation and construction inspection experience; b) Breadth and diversity of projects; c) Demonstrated knowledge in the application site specific factors (e.g., seismic & wind load design, corrosion control for coastal climate and familiarity with local standards, State, County, Vandenberg AFB etc.); d) Demonstrated knowledge in the application of government specific factors (security and anti-terrorism design standards, DoD, Air Force, and Vandenberg specific design standards, as well as competence in use of government procedures and forms; e) Demonstrated knowledge in the application of environmental & sustainable design (e.g., LEED certified design; sustainable design experience; energy conservation/efficiency and/or use of alternate energy sources; pollution prevention; and waste reduction and use of recovered materials); (2) Professional qualifications necessary for satisfactory performance of required services: a) Percent & number of staff w/professional registration/license in the state of California, b) For key staff: Length (years) of Registration; years & type of experience; level & type of education; years with or in a working relationship with the firm; c) Awards earned by the firm or key staff, offices held or participation in professional or educational organizations; d) other relevant qualifications, training, certifications, licenses, etc.; (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., customer overall satisfaction; rapport with customer; information sharing, reporting procedures, and technology used; and a record of meeting design, construction, quality , cost and schedules goals); b) Performance record measured over a number of projects (e.g., Overall average of work quality; average length and time of punch lists; frequency and extent of items requiring construction contractor recall; projects completed within or under budget and schedule w/o quality deficiencies or requiring construction contractor recall); c)Relationship & history of work with relevant agencies and proposed consultants; d) bench strength/depth (quantity and quality of back-up staff); e) Inspection, reporting 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) Central Coast (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/FA4610Title2InspectionServices/listing.html)
 
Place of Performance
Address: Vandenberg AFB CA
Zip Code: 93437
Country: USA
 
Record
SN00807983-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.