Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

C -- Open End Architect-Engineer (A-E) Title I, Title II Construction Surveillance and Inspection, Base Conprehensive Planning, and Other A-E Services at Peterson Air Force Base, CO and supported sites.

Notice Date
9/27/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-R-5005
 
Response Due
10/30/2006
 
Archive Date
11/14/2006
 
Description
Open End Architect-Engineer (A-E) Title I, Title II Construction Surveillance and Inspection, Comprehensive Planning, and Other A-E Services at Peterson Air Force Base, CO and 24 geographically remote sites worldwide to include a broad variety of maintenance, repair and minor construction projects. A-E services required may include, but are not limited to, field investigations, recommendations, studies, reports, conceptual solutions, cost estimates, calculations, measurements, metering, testing, inspections, preparation and review of design plans and specifications, product research, evaluation of contractor proposals, shop drawing review and construction inspection and presentations to coordinating agencies are within the scope of work. Designs may also require asbestos and lead based paint removal, ?Green Design? products and practices and the use of energy saving materials and methods. At least the following disciplines will be required: architecture, interior design, site planning, civil, landscaping, structural, mechanical, electrical, roofing, seismic, sanitary, fire protection, corrosion control, soils, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) shielding, Energy Management Control System (EMCS) and Heating, Ventilation, Air Conditioning (HVAC) controls, power distribution and construction inspection. Project managers of A-E firms and their consultants must hold a professional degree and be licensed professional engineers or registered architects. Some contractor personnel or their consultants may be required to obtain a DOD security clearance and it may be necessary that contractor facilities comply with DOD security requirements. It is anticipated at this time that the Contracting Officer will award two (2) separate indefinite delivery, indefinite quantity (IDIQ) contracts from this single synopsis. It is anticipated that at least one (1) contract will be awarded for each of the following: (a) General Discipline; and (b) Mechanical/Electrical. The General Discipline contract will include traffic, community and facility planning, design of maintenance, repair, and construction for Air Force facilities and military family housing, site work, pavements, roofing and structural work. The Mechanical/Electrical contract will primarily include design of new mechanical and electrical systems, maintenance, repair and replacement of existing mechanical and electrical systems, utilities, substations, distribution networks, heat plants and control systems. The General Disciplines Services contract will include all of the types of work and disciplines listed in the Mechanical/Electrical services. Emphasis is on repair and maintenance projects valued at less than $2,000,000 and new construction costing less than $750,000. Both contracts must have the capability of performing all the disciplines listed above. A-E firms which meet the requirements described in this announcement are invited to submit the following in one (1) original and one (1) copy for each of the contracts for which they wish to be considered: (A) Standard Form 330, Architect-Engineer Qualifications, (B) A cover letter specifically addressing each of the below listed criteria in sequence. Interested firms must ensure their submittals clearly indicate the contracts for which they wish to be considered. Firms may vie for either or both of the contracts in this announcement. The evaluation criteria for selection in relative order of importance are: (1) Professional qualifications necessary for satisfactory performance of the required services; (2) Specialized experience and technical competence for the type of work required; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design and repair; (5) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of the work as well as the quality control program used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules; (6) Previous work in the Peterson AFB Complex and 24 geographically remote sites worldwide; (7) Volume of work previously awarded to the firm by DOD including the volume of subcontracts awarded by the firm to Small Business Concerns as listed in FAR Clause 52.219-8, Utilization of Small Business Concerns, historically black colleges and universities and minority institutions; (8) Computer capabilities, including the ability to place all design drawings and specifications in a format suitable for use in electronic advertising. The selection criteria carry the following weight; criteria 1 and 2 are of equal weight and greater than criteria 3 through 8, criteria 3 through 5 are of equal weight and greater than criteria 6 through 8, criteria 6 through 8 are of equal weight. Failure to provide information on criteria 1 through 8 above may result in disqualification of the firm. Interested firms will send their submittals to: 21st Contracting Squadron/LGCAC, Attn: Cheryl Middleton, 580 Goodfellow Street, Peterson AFB, CO 80914-1648. The top three firms chosen by the final selection board for each contract will be required to participate in a personal interview and make a technical presentation to the final selection board. The interview and presentation will occur at Peterson Air Force Base, Colorado. Task orders against the IDIQ contracts will be issued as projects are identified. No delivery order awarded against this contract may exceed the maximum limitation of the contract ($1,000,000 per year). The contract period will be for one (1) year with a maximum limitation of $1,000,000.00. The Government may, at its option, extend the term of the contract for four (4) additional one (1) year periods, each with a maximum limitation of $1,000,000.00 per year. There is a minimum fee guarantee of $5,000.00 for the initial year of the contract. No minimum fee guarantees are included in the options periods. Resolution of concerns will be in accordance with the following FAR Clause. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg Street, Ste. 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) This is not a Request for Proposal (RFP). Responses and submittals must be received before 2:00 P.M., Mountain Time, 30 October 2006. Failure to complete the listed Standard Forms, provide the additional information requested, or to provide such information and submittal on or before the specified time may result in disqualification of the firm.
 
Place of Performance
Address: 21st Space Wing, Peterson AFB, CO and It's 24 Geographically Separated Units Worldwide
Zip Code: 80914-1648
Country: UNITED STATES
 
Record
SN01155928-W 20060929/060927220724 (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.