Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
MODIFICATION

C -- A-E Services

Notice Date
8/8/2005
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
FA4488-05-R-0019
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
Description
Architect-Engineering (A-E) services for commercial and industrial type activities at Pope Air Force Base, NC, to include, but not limited to, the following types of services: (1) Title I-A investigative services including research and presentation of information required for project design, (2) Title I-B design services including design and production analyses, plans and specifications, and other documents required for design project execution, and (3) Title II services including supervision and inspection of construction, review of contractor submittals, and preparation of as-built drawings. The resulting Indefinite Delivery Indefinite Quantity (IDIQ) contract will be for a base year plus four one-year option periods, will not exceed $750,000 for any one year or option period, and will have a guaranteed minimum of $5,000 applicable to the base year only. As projects are identified, they will be accomplished by issuance of a delivery order against the IDIQ contract. No individual delivery order fee may exceed $499,000. Individual Delivery Orders will be funded at the time of execution and issuance. Typical work for this IDIQ contract includes, but is not limited to (1) Lighting and power distribution systems, (2) Heating, Ventilation and Air Conditioning (HVAC) systems, (3) Minor construction, (4) Maintenance, alteration and repair of grounds, roads, buildings and structures including roof repair and roof replacement with standing seam metal roofing materials, (5) Apron concrete slab replacement, and (6) Alteration/repair of miscellaneous services and utilities. The evaluation factors are listed in descending order of importance with the most important factor listed first. Factors 1-5 are significantly more important than 6-7 which are more important than 8: FACTOR 1 - PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES ? Offeror shall submit resumes for all key personnel. The following key personnel are required to be professionally licensed, registered and/or certified in their appropriate disciplines: Architect, civil engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, land surveyor, industrial hygienist, and sustainable development personnel. The following key personnel are encouraged to be professionally licensed, registered, and/or certified in their appropriate disciplines: Project manager, interior designer, cost estimator, and landscape architect. The fire protection engineer must be a registered professional engineer, have a minimum of five years experience dedicated to fire protection, and one of the following: (a) A degree in Fire Protection Engineering from an accredited university, or (b) have passed the National Council of Examiners for Engineering and Surveys fire protection engineering examination. Offeror will be evaluated on the resumes submitted in Section E of the SF 330 in the following order of descending importance: (a) Key personnel are professionally licensed, registered and/or certified, (b)Years of experience of key personnel on projects similar in scope to the type of work required by this contract, (c) Education of key personnel and relevance to assigned role in contract, and (d) Years of experience working with other key personnel identified as proposed team members in response to this announcement. FACTOR 2 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED INCLUDING, WHERE APPROPRIATE, EXPERIENCE, INNOVATION, AND CREATIVITY APPROACHES FOR DESIGN IN ENERGY CONSERVATION, POLLUTION PREVENTION, WASTE REDUCTION, USE OF RECOVERED MATERIALS, LOW IMPACT DEVELOPMENT (LID), AND SUSTAINABLE DESIGN USING THE SPiRiT OR LEED REPORTING TOOLS ? Offerors will be evaluated on the extensiveness of specialized and relevant experience data presented in Sections E, F, and G of the SF 330. FACTOR 3 ? PAST PERFORMANCE ? Offeror will be evaluated on contracts within the past five years with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedule (list previous contracts and include the name and telephone numbers of key contractor individuals responsible as well as POC representing the government or private industry for each contract). Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the government. FACTOR 4 ? WORK MANAGEMENT PLAN ? A proposed work management plan shall be presented in Section H of the SF 330 which addresses: (a) Management approach, and (b) Team organization. Narrative discussing organizational chart presented in section D of the SF 330. Organizational chart will include all key personnel for which resumes were provided in Section E of the SF 330. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Also on the organizational chart, show lines of responsibility and communication between project team leaders and team members. Indicate the primary office where work for this contract will be completed. Clearly identify and address any work that will not be done out of the primary office and the functional relationship between the multiple offices, (c) Quality control procedures, (d) Cost control procedures, (e) Performance schedule adherence procedures, (f) Plan for handling multiple simultaneous delivery orders, and (f) Small Business (SB) status on proposed team. FACTOR 5 - PROXIMITY OF FIRM TO POPE AFB, NC ? Annotate the number of miles traveling by car between each firm identified in response to this announcement and Pope AFB, NC in Section C of the SF 330. FACTOR 6 ? CAPACITY TO ACCOMPLISH MULTIPLE DELIVERY ORDERS IN REQUIRED TIME ? Offeror will be judged on capacity to accomplish multiple simultaneous delivery orders in the required time. In addition to the information provided in Part II Block 9 of the SF 330, each firm (prime/JV partner/partners/subs etc.) must list the number of professionally registered, licensed, and/or certified proposed team members identified in response to this announcement by discipline. At a minimum, list the following disciplines: Architect, civil engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, land surveyor, industrial hygienist, and sustainable development personnel. FACTOR 7 - AUTOCAD CAPABILITIES ? Each firm shall discuss CADD software they use in Section H of SF 330. Continually maintaining the latest version of Auto CADD will receive maximum points. FACTOR 8 - VOLUME OF PAST DoD WORK ? Offeror shall list in Section H of SF 330 the number of DoD jobs awarded in the past 12 months in addition to the other information required in Part II Block 11 of the SF 330. Information on each factor must be submitted for the office, subcontractor, and/or employee performing the work in response to this announcement. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more that one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and their geographical proximities to both each other and to Pope AFB, NC. All responsible sources must submit three (3) copies of the requested SF 330 which shall be considered by the agency. No other notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a Request for Proposal. Two or more open-end AE contracts may be awarded. Numbered Note 24 is applicable to this announcement with the exception that interested firms will be required to submit hard copies of both Part I and II of the SF 330. Estimated award date is 30 January 2006. This is an unrestricted acquisition.
 
Place of Performance
Address: Pope AFB, NC
Zip Code: 28308-2896
Country: USA
 
Record
SN00864584-W 20050810/050808212111 (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.