Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
MODIFICATION

C -- This is an Architect-Engineer (A-E), Title I and Title II services for a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a basic period of 1 year, with one 3 year period.

Notice Date
5/24/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
FA3089-05-R-0016
 
Response Due
6/13/2005
 
Point of Contact
Cynthia Whitney, Contract Specialist, Phone 210-652-5141, Fax 210-652-7486, - Suzanne Davenport, Contract Specialist, Phone 210-652-5047, Fax 210-652-7486,
 
E-Mail Address
Cynthia.Whitney@randolph.af.mil, suzanne.davenport@randolph.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This request is 100 percent set-aside for 8(a) small business concerns. This is an Architect-Engineer (A-E), Title I and Title II services for a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a basic period of one year, with one three year priced option period. Work shall be accomplished for Randolph AFB, TX, including Randolph AFB areas of responsibility at Canyon Lake, Seguin Auxiliary Airfield, Hondo Auxiliary Airfield, and Camp Bullis, Texas. Professional A-E services for these projects will be accomplished under orders written against the IDIQ contract. The A-E services required will be multi-disciplined and include but is not limited to mechanical, electrical, civil, architectural, structural, landscaping, environmental with primarily mechanical engineering and electrical engineering requirements. A-E services will be accomplished under delivery orders written against the IDIQ contract and shall consist of but is not limited to: performing and conducting charrettes, making technical studies, analyses, surveys, investigations and reports, planning of site developments and installations, designing and developing engineering construction working drawings, specifications, cost estimates and design analysis, preparing technical portions of Request for Proposal (RFP) packages, supervising and inspecting maintenance, repair and construction projects, and performing the necessary supervision and coordination of all phases of A-E work. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. The North American Industry Classification System Code is 541330. The selected A-E firm will be required to participate in site visit meetings (when requested), within 5 calendar days after receiving the request for proposal for a project. The guaranteed minimum for the IDIQ contract is $5,000 in fees for the life of the contract (to include any exercised option years). The minimum order limit for a delivery order is $5,000.00; the maximum monetary limit for a single item under a delivery order will be $299,000.00, and $750,000.00 for a combination of items. Familiarity with English and metric system of measurements is required. Computer Aided Design and Drafting (CADD) capability and compatibility with Auto CADD Version 2004 and capability to digitize existing drawings for CADD use are required. CADD drawings shall be submitted in accordance with AEC Standards. Firms are reminded of the requirement at FAR 36.601-3(a), which requires the architect-engineer specify, in the construction design specifications, use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Where appropriate, the architect-engineer must consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable. Selection Criteria: Selection criteria to be utilized is listed in relative order of importance as follows: (1) Specialized experience and technical competence in the type of work required, to include CADD capability and compatibility with Auto CADD 2004, capability to digitize existing drawings for CADD use, experience in Air Force design projects, energy conservation, pollution control, waste reduction and the use of recovered materials. Other DOD and private sector experience can be submitted but preference will be given for AF project experience. (2) Professional qualifications (resumes or curriculum vital and proof of professional registration) of key personnel of the A-E firm and consultants, to include subcontractors, and the project team (team/office actually accomplishing the work). Each firm will indicate selected consultants, to include, but not limited to the following design disciplines: architectural to include landscape architects, civil engineer (general plus airfield design), structural, mechanical (primarily HVAC, plumbing, fire protection, and EMCS connections), environmental (hazardous waste identification, disposal and design) and electrical (building design, fire detection and alarm systems, exterior lighting, airfield lighting design, underground primary and secondary electrical distribution and communications systems, i.e. telephone, communications and fiber optics, LANS). (3) Professional capacity to complete projects within the established time limits and meeting project dollar thresholds. Availability of proper resources to accomplish the project and the effect other DOD and private sector work in the office will have on the Randolph workload. Furnish information (numbers and charts) showing existing workload versus time available to devote to Randolph. 4) Past performance with respect to execution of both DOD and private industry in terms of high quality work, delivery on or ahead of schedule, and with cost and recognized budget control. (5) Location within 250 mile radius of San Antonio or within one hour by Air Travel with preference given to local firms. (6) Volume of DOD contracts awarded in the previous 12 months. As there is no place on the SF 330 to provide this information, each firm will submit this information in additional to the SF 330. Required Documents: Interested firms which meet the requirements described in this announcement, are invited to submit two copies (1 original and 1 copy) of the completed Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and II. Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8x11 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. Relevant projects identified in Part I block 19, shall not be more than 5 years old. The only other information that should be submitted, other than the SF 330 information, will be the volume of DOD contracts awarded in the previous 12 months. Firms responding to this announcement by the response date will be considered for selection. This is not a request for proposal. Only one IDIQ contract will be awarded. Fax copies will not be accepted. Identify submittal with FA3089-05-R-0016, and address to: 12 LGC/LGCA, Attention: Cynthia Whitney, 395 B Street West, Randolph AFB TX 78150-4525. All responses must be received not later than 13 Jun 05, 3:00 p.m. CST, to be considered for selection.
 
Place of Performance
Address: Randolph AFB, San Antonio, TX, to include areas of responsibility at Canyon Lake, Seguin Auxiliary Airfield, Hondo Auxiliary Airfield, and Camp Bullis, Texas
Zip Code: 78150
 
Record
SN00814389-W 20050526/050524211912 (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.