Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2005 FBO #1420
SOLICITATION NOTICE

C -- Architect-Engineer Services

Notice Date
10/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-FA4861-06-A-E
 
Response Due
11/14/2005
 
Archive Date
2/28/2006
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. DESCRIPTION: Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Work will be performed in Nevada for areas serviced by the Nellis Air Force Base (AFB) Contracting Office and may include Nellis AFB, Creech AFB, and Tonopah Test Range, all in Nevada. Required A-E services contemplated by this solicitation require availability of a strong multi-discipline team. The selected firms may be tasked to perform Title I (design), Title II (inspection) and other A-E services as may be ordered. Services may be required for architectural, electrical, mechanical, civil, landscaping, and structural engineering. Some asbestos, lead paint, environmental, and other studies may be required. The A-E may be required to prepare plans/drawings, specifications, design analysis, and cost/time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects. Field/subsurface investigations and surveys may be necessary depending on the specific task ordered. Task Orders may also require the preparation of supporting engineering documentation including cost estimates, energy and economic analyses required to develop and define actual costs of construction projects, engineering studies, topographic surveys, sub-surface investigations, utility studies, construction support, cathodic protection, and identification of environmental concerns. The A-E may also be required to provide construction and management support services and/or various types of services such as investigations, verification of existing underground utility locations, inspections, studies, and reports as related to project designs and studies. Projects may range from interior and exterior renovations of facilities to upgrades, installation, or repair of utility, infrastructure, or other non-facility systems. Projects may include, but are not limited to, designing additions, stand-alone, repair, or upgrade of facilities, infrastructure, or non-facility systems. In addition to fully designed projects, firms may be tasked to provide documents slated for design-build solicitation. Cost estimates shall be prepared by a professional cost estimator, using R.S. Means, historical data, or other standard commercial cost estimating software. Computer drawing data shall be provided on electronic media compatible with the AutoCAD 2004 version. Specifications shall be prepared using MasterFormat 2004 and will be provided in WORD format. The NAICS Code for this procurement is 541310 and the annual small business size standard is $4 Million. The intent is to select one or more Architect-Engineer firm(s) from this single notice and is open to firms of all size. At least one 8(a) firm is anticipated to be awarded as a result of this solicitation. Clearly identify your size and 8(a), if applicable, status when submitting your qualifications. The maximum contract value may not exceed an aggregate total of $5,000,000. The minimum guarantee for the contract shall be $5,000. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The value of individual task orders executed under this contract may range from $5,000 to $1,000,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four one-year option periods. Each performance period will run 365 calendar days (366 in leap years), or until the maximum dollar limit is reached, whichever occurs first. The government may exercise option periods unilaterally. Estimated start date for this contract is 1 January 2006. EVALUATION and SELECTION CRITERIA: Submissions of completed Standard Forms 330 (SF-330) received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firm. Recent (within the past 5 years), relevant performance in preparing projects valued between $100K and $1M may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The selection will be based on the following criteria and are in descending order of importance. CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications and registration of the proposed team members. CRITERIA 2, RECENT EXPERIENCE: Clearly identify the specialized experience of the proposed team members or office in preparing Design-Build Requests For Proposal (RFPs) as well as full, 100% designed plans, specifications, and cost estimates. CRITERIA 3, PAST PERFORMANCE: Past performance with Government agencies and private industry with respect to quality of work. Provide accessible owner points of contact--name, title, address, telephone number, and fax number. A proposal with no record of relevant past performance information will be evaluated neither favorably nor unfavorably. CRITERIA 4, QUALITY CONTROL (QC): Demonstrated success of the QC program used by the firm to ensure quality products are provided. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty. Describe the QC program; identify who is primarily responsible and how the lead individual or firm ensures quality consistently across the entire team. Address the QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the Quality Assurance effort by the Government of the A-E work product for errors, omissions, and quality. CRITERIA 5, LOCATION: Demonstrate knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area covered by this contract. Additionally, firms located within a 100 mile radius of Nellis AFB will be provided higher consideration. CRITERIA 6, CAPACITY: Capacity to accomplish the work in the required time. Discuss how surge workload would be managed. CRITERIA 7, SUSTAINABLE DESIGN, ANTI-TERRORISM FORCE PROTECTION, and GREEN DESIGNS: Demonstrated success and knowledge in sustainable design and anti-terrorism force protection. Describe the experience of the team in providing sustainable design, use of the U.S. Green Building Council?s LEED System (or similar organization) including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered materials on construction contracts per FAR 52.223-9. Describe familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse, and the design of physical security equipment. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS: NOTE: If a large business firm is selected for award, an acceptable subcontracting plan must be submitted before price negotiations begin for award. CRITERIA 9, VOLUME OF WORK. Volume (dollar amount) of DoD work awarded to firm in past 12 months with the objective of equitably distributing contracts among firms, including minority-owned firms and firms without prior DoD contracts. Provide a list of DoD contracts awarded in the last 12 months to include dollar value. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. List only basic contract awards; listing of Task Orders are neither required nor desired. SELECTION INTERVIEW REQUIREMENTS: The Government reserves the right to conduct personal interviews with the firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC processes, and design solutions to actual/hypothetical project, etc. ADDITIONAL INFORMATION: Firms that design or prepare specifications for construction contracts or task orders issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. Firms must be registered with Central Contractor Registration (CCR), complete On-Line Representations and Certifications Application (ORCA), and proposed fees will be audited by the Defense Contract Audit Agency (DCAA) prior to contract award. Those firms that meet the requirements in this announcement and wish to be considered must submit four (4) copies of the SF330 to: 99th Contracting Sq/LGCA (5865 Swaab Blvd, Bldg 588, Nellis AFB NV 89191-7063), not later than 3:00 p.m. local time, on 14 November 2005. Submittals received after this date and time will not be considered. Elaborate submissions are not requested nor desired. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. Debriefing requests will not be entertained prior to notice of selection.
 
Place of Performance
Address: 5865 Swaab Blvd, Bldg 588, Nellis AFB NV
Zip Code: 89191-7063
Country: USA
 
Record
SN00915933-W 20051016/051014211926 (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.