Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

R -- Indefinite Delivery-Indefinite Quantity (IDIQ) Market Feasibility/Financial Viability Analysis Studies For Nonappropriated Fund (NAF) Facility Construction/Renovation Projects

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force Services Agency, HQ AFSVA - AFNAFPO, 10100 Reunion Place, Ste 304, San Antonio, TX, 78216-4138
 
ZIP Code
78216-4138
 
Solicitation Number
F41999-06-R-6005
 
Response Due
8/17/2006
 
Archive Date
9/1/2006
 
Description
The Air Force Nonappropriated Fund Purchasing Office proposes to acquire professional services for the preparation of market feasibility/financial viability analysis studies for nonappropriated fund (NAF) facility construction/renovation projects. The work will support the NAF design and construction program in the areas of: 1) Food, Beverage, and Entertainment Activities; 2) Recreation/Sports Activities; 3) Youth/Recreation Centers; 4) Lodging Activities (Temporary Lodging Facilities and Visiting Quarter Facilities); and 5) Miscellaneous Activities. This requirement will include indefinite delivery-indefinite quantity (ID/IQ) contracts for market feasibility analysis studies to be conducted at the early concept stage of each project. The study team will be multi-disciplined with professional expertise and experience in market analysis, financial analysis, functional competence in specialized areas, and architectural disciplines. The market and financial analysts must be experienced (i.e., knowledgeable and trained) in market feasibility, consumer preference research, and financial and operational performance analysis. The functional specialist, must provide expertise in the specific function(s) of the activity being assessed. The architect must be knowledgeable in project concept development/, functional facility design, facility master planning, existing facility evaluation, and project cost estimation. They must be a registered architect (current registration in one of the 50 United States) and must be documented when the team members are identified prior to the site visit. Firms interested in responding to this notice must include information which addresses these specific evaluation factors, in their relative order of importance, including: 1. Corporate and Team Experience: a. Specialized Corporate Level Experience: Provide a discussion of the corporation's experience including its officers, directors, and consultant's principals as it relates to (discuss each) market feasibility analysis, consumer preference research, financial performance analysis, architectural concept development, facility master planning, existing facility evaluation, site planning, project cost estimating, environmental impact, hospitality/leisure industry standards and food, and beverage, & entertainment and recreational operations and planning. Provide rResumes as attachments for the officers, directors and principals. b. Project Team Experience: Provide a discussion of project team members who will actually form a part of teams who will visit PVA sites and conduct the studies in the areas of market feasibility analysis, consumer preference research, financial performance analysis, architectural concept development, facility master planning, existing facility evaluation, site planning, project cost estimating, environmental impact, hospitality/leisure industry standards and food, and beverage, & entertainment and recreational operations and planning. The discussion should include what area of specialization the person fits into (which covers the areas above and the following categories of facilities: 1) Food, Beverage, and Entertainment Activities (Officers? Clubs, Enlisted Clubs, and Collocated or Consolidated Clubs, Air Force Clubs Signature Brand and Name Brand Projects); 2) Recreation/Sports Activities (bowling centers, marinas, Family Camping facilities [RV/tent campgrounds and support facilities], youth ball fields, swimming pools/bathhouses, golf course clubhouses, golf maintenance facilities, golf course irrigation); 3) Youth/Recreation Centers; 4) Lodging Activities (Temporary Lodging Facilities and Visiting Quarter Facilities); and 5) Miscellaneous Activities (car wash facilities, aero clubs, skills development centers [arts & crafts and auto hobby centers]). Include a resume for each professional (including consultants). Explain where experience does not exist for a particular area of specialization. 2. Product and Service Quality: Provide a discussion on the firm's philosophy on performance which satisfies the customers' requirement in terms of a quality product which thoroughly investigates all relevant aspects of the project and results in a quality report which is timely and the customer can rely upon. Air Force nonappropriated fund NAF construction projects are programmed The design and construction funds are well spent in following based on the recommendations in the study report. Include in the discussion, the following: a. the firm's quality control/assurance policies and procedures regarding work product quality and oversight by the firm's management. Include a copy of such quality assurance policies as an attachment if available. If the firm is concerned over the release of a complete manual, the firm may provide excerpts from the document. Include information relating to recruiting of new employees and their orientation regarding quality and timeliness. b. how the firm will use their employees and consultants to assure they have adequate numbers of professional staff to accomplish a professional product within the time required by the customer. Sufficient professional staff is defined as having sufficient resources from within the firm and/or consultants to have two separate teams "on the road" at the same time without having degraded service on either of the two projects. Provide an organizational chart of the teams, including the individual's names and their functional titles. 3. Past Experience with Government and Private Industry: Provide a discussion of past, recent and current performance with the Air Force Services Agency, other government contracts and private industry in terms of quality of work, compliance with performance schedules, and work of a similar nature to this contract. Include current and recent projects, clientele, and clientele contact information that can provide an assessment of the firm?s qualifications, work experience and ability to meet timelines and schedules. If the contact information is the same as that listed above under other evaluation factors, indicate where the information is located. If the experience is very involved, the firm may limit its response to provide recent project experience which indicates a broad and in-depth background in feasibility studies for the firm's five to ten (5-10) most important customers (in terms of the amount of professional fees or numbers of studies) and include contact information for the references. Also provide DUNS and CAGE numbers for the firm if available. Any past experience with the Air Force Services Agency will be included in this evaluation. 4. Professional qualifications of employees and consultants necessary for satisfactory performance of required services. Areas of consideration include degrees, licenses, professional credentials, professional memberships, and related professional growth and development, including continuing education. Be sure to provide complete information which fully indicates the firm's experience, qualifications and capabilities because those who will be reviewing the information is not required to contact the firm nor request additional information after receipt of the package. Provide a cover letter indicating the firm's qualification statement and identifying all information provided in this submittal is true and accurate. All supplementary, supporting information the firm wishes to submit must be put in an appendix behind the selection criteria. Provide tabbed sections as appropriate. Multiple awards for this Indefinite Delivery/Indefinite Quantity Contract may be made as a result of this selection process. Contract length shall be for a two year period with options, if exercised, for eight additional years. Firms who meet the requirements described in this announcement are invited to submit a package outlining their qualifications to HQ AFSVA/SVCKH, 10100 Reunion Place, Suite 304, San Antonio TX 78216-4138, Attention: Mr. Roy Rainey. Responses to this advertisement arriving by the close of business, 17 Aug 06 will be considered for award. Discussions may be held with the highest rated firm (s) having a realistic opportunity for contract award. The NAFI reserves the right to make a single or multiple contract awards. This is a nonappropriated fund nonappropriated fund requirement and does not involve appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This requirement does not involve Federal tax dollars.
 
Record
SN01089497-W 20060716/060714221214 (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.