Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive Westover ARB, Chicopee, MA, 01022-1536
 
ZIP Code
01022-1536
 
Solicitation Number
FA6606-06-R-0001
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
Architect-Engineering Services. Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract for multi-disciplinary architectural-engineering services for a broad variety of maintenance, repair, alteration, and new construction of base facilities, pavements, and the airfield, as well as comprehensive interior design at Westover ARB, MA. Work under the contract will be subject to successful negotiation of individual delivery orders. Projects will require multi-disciplined engineering services for commercial and industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023. Delivery orders may be issued for Architectural A-E Title 1, Title 2, and other A-E services for a broad variety of maintenance, repair and infrastructure construction projects. Services may include, but are not limited to: field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings, and presentations to coordinating agencies. Designs may require asbestos and lead-based paint removal. Title 1 services may include the facility assessments, architectural and engineering studies. Site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A-E firms, value engineering studies, reviews, and construction phase services. Title II services may involve direct consultation, supervision and inspection of construction for a specific project, review and approvals of shop drawings and material selections. Construction management services, as-built services, and peer review services may be required. The general intent is to award a single contract to one multi-discipline A&E firm with in-house or joint venture expertise in Architecture and in related Engineering Disciplines (Environmental, Civil, Structural, Mechanical, Fire Protection and Electrical) and Interior Design. The possibility exists that a multiple award may be made as a result of this solicitation if funds become available for a second project. A reservation of funds has been approved for Project YTPM 03-3006A/B/C, Maintain/Repair/Alter Military Personnel, Bldg. 1875 at the programmed construction cost of $952,000.00 for an initial delivery order. Negotiations for a resultant contract will be held with the top ranked firm responding to this notice in accordance with the procedures set forth in FAR 36, as supplemented. This announcement is unrestricted. The contract will consist of a one-year basic performance period with an option for the government to extend for one additional year. A maximum monetary limit of $249,000.00 per year exists on the total design fees paid with a minimum of $5,000.00 for the base year only. The contract will contain fixed labor rates for applicable labor categories and fixed prices for quantities of related services. Delivery orders will be negotiated using the fixed rates and prices in the individual contracts. PRE-SELECTED CRITERIA: Principal of the Firm or designated Project Manager must be a licensed Professional Engineer or Registered Architect. Area of consideration is restricted to Massachusetts and Connecticut. Offerors must be registered with Central Contractor Registration (CCR) at http://www.ccr.gov/ and Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ to be eligible for contract award and payment from any DoD activity. Information on registration and annual confirmation requirements may be obtained by calling Kimberly Spencer-Sutton at (413) 557-2134 or emailing her at kimberly.spencersutton@westover.af.mil. All designs must be reviewed and stamped by an Architect or Professional Engineer registered or licensed in the respective discipline. Firms submitting for consideration must be capable of providing digitized drawings in AutoCAD Version 2004 format and electronic documents on compact disks. Firms must also be capable of providing information/data in MS Word and MS Excel. Submit 2 copies of Standard Form (SF) 330 along with your cost proposal for the initial design project directly to 439 CONF/LGC, 250 Airlift Drive, Westover ARB, MA 01022, Attention: Kimberly Spencer-Sutton. Electronic copies of these forms are available at www.gsa.gov/forms/. The solicitation and all related documents will be posted at www.FedBizOpps.gov on 10 March 2006 and only responses received by 31 March 2006 will be considered for selection. Telephone inquiries may be made to the Contracting Office, Kimberly Spencer-Sutton (413) 557-2134. All information relating to the firms? qualifications must be contained in the SF 330; inclusion by reference to other materials is not acceptable. Significant evaluation factors listed in relative order of importance are: A. Recent specialized experience and technical competence including that in energy conservation, pollution prevention, waste reduction and the use of recovered materials. B. Professional qualifications. C. Capacity for the timely accomplishment of the work. D. Past performance. E. Geographic Location of Firm Where Designs Will be Accomplished F. Volume of previously awarded Department of Defense work. Electronic procedures will be used for this solicitation. The applicable North American Industry classification System (NAICS) Code is 541330. This notice is Unrestricted.
 
Place of Performance
Address: 439 CONF/LGC, 250 Airlift Drive, Chicopee, MA, Westover Air Reserve Base
Zip Code: 01022-1536
 
Record
SN00990617-W 20060219/060217212451 (fbodaily.com)
 
Source
FedBizOpps 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.