Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2007 FBO #1866
MODIFICATION

C -- RFI HQ AFCEE 4PAE 08

Notice Date
12/19/2006
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF Center for Environmental Excellence, HQ AFCEE/AC 3300 Sidney Brooks, Brooks City-Base, TX, 78235-5112, UNITED STATES
 
ZIP Code
78235-5112
 
Solicitation Number
Reference-Number-FA8903-07-RFI-4PAE08-0001
 
Response Due
12/11/2006
 
Point of Contact
Janie Campos, Supervisory Contracting Officer, Phone 210-536-4411, Fax 210-536-6003,
 
E-Mail Address
janie.campos@brooks.af.mil
 
Description
The Air Force Center for Environmental Excellence (AFCEE) will host an Industry Forum for market research purposes, on January 26, 2007, at the Marriott River Walk, San Antonio, Texas. Registration instructions will be forthcoming in the next few weeks. Request for Information (RFI) #1 Date: 16 November 2006 THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. GENERAL INFORMATION. The Air Force Center for Environmental Excellence (AFCEE), Brooks City-Base, TX, is planning to contract with Architect-Engineer (A&E) firms to perform worldwide Title I, Title II, and other A&E services to administer, coordinate, and technically support Environmental, Military Family Housing (MFH), Military Construction (MILCON), and Sustainment, Restoration and Maintenance (SRM) programs of interest to the government. We anticipate multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts using NAICS code 562910. The small business size standard associated with this NAICS code is 500 employees. We currently anticipate awarding approximately 15-20 contracts to large and small businesses. All sub-categories of small businesses are being looked at during our market research phase. At this time, we are considering that task orders under these contracts will be negotiated as either Time & Materials (T&M) or Firm Fixed Price (FFP) depending on the nature of the requirement. Additionally, we currently anticipate that each contract will have a basic ordering period of five (5) years with three additional years for performance. Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). BACKGROUND AND PROGRAM INFORMATION. These IDIQ contracts will serve to functionally replace and expand services contained within AFCEE?s existing Worldwide Planning, Program, and Design (4P A-E) contracts whose current ordering period will expire during the Jan - Jun 2008 timeframe. In general, the existing 4P A-E SOW scope remains applicable to services contemplated for the future. However, scope modifications are contemplated in the following areas: ? Expanded MFH Title I and II Services ? Expanded MILCON Title I and II Services ? New/expanded SRM Title I and II Services ? Continued General Information Management System Support Services (however, will eliminate procurement of Information Technology Systems) ANTICIPATED GENERAL SCOPE OF SERVICES To provide Title I, Title II, and Other A-E Services for environmental and traditional (Housing, MILCON, and SRM) projects. The anticipated scope includes support in the following existing and emerging program areas: ? Title I Services: Title I services include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, and optimization of environmental treatment or control systems ? Title II Services: Title II services include all aspects of construction quality assurance and oversight of environmental and facility construction projects ? Environmental Restoration: Support the Environmental Restoration mission. Major activities supported include A&E support for remedial investigation, remedial design, long-term maintenance operations, and long-term monitoring (LTM). Interim remedial actions (IRAs) may be infrequently required to reduce or limit an immediate threat to human health or the environment. In addition, support includes technical oversight of environmental programs, laboratory quality assurance assessments, document reviews, and assistance in selecting remediation technologies ? Environmental Conservation and Planning: Support the Environmental Conservation and Planning mission. Major activities supported include A&E support on the Environmental Impact Analysis Process (EIAP), natural infrastructure assessment and management, environmental management, natural and cultural resource programs, and comprehensive planning programs. In addition, support environmental impact statements, baseline surveys, forestry, wildlife, archeology, Native American consultations, transportation, air space and range management, and noise programs ? Environmental Quality: Support the Environmental Quality mission. Major activities supported include A&E support for compliance and pollution-prevention programs, environmental education and training, sustainable development, environmental management systems, and the Environmental Compliance Assessment and Management Program (ECAMP) ? Design and Construction: Support the Design and Construction mission. Major activities supported include A&E support related to standards, criteria and publications development, facility design, construction management, building commissioning, LEED analysis, interior design, landscape architecture, the Military Family Housing (MFH) and MFH Privatization program. Also, support the development, testing, and documentation of new project management acquisition and construction methodologies ? Plans and Programs: Major activities may include A&E support for defining housing market areas, detailed market research and analysis, development of housing requirements, pre-planning studies, detailed inspections and assessments of existing family housing and dormitories, development of programming guides for project scoping and the development of housing and dormitory investment strategies that integrate and prioritize, traditional housing construction and operations and maintenance (O&M) funding with private sector financing ? Other Areas of Support and Emerging Markets: Support AFCEE with other areas of support and emerging markets. Additional activities may include A&E support on Defense Energy Support Center (DESC) fuel facilities, unexploded ordnance (UXO), force protection, sustainable design, general information management system support services, and project delivery methods The final decision for inclusion of any requirements has not been made. Request comment from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2. In reference to 1 above, do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. 3. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 4. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? 5. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, HUBZone small business, service disabled veteran-owned small business, and HBCU/MI)? 6. If you are a small business, would you consider submitting a proposal as a prime contractor? 7. In what socio-economic programs do you now participate (e.g. Mentor Prot?g?, Indian Incentive, etc.)? What is the extent of your participation in these programs? 8. What are the most critical criteria that would distinguish one company?s capabilities from another? Explain 9. Address capability of performing both CONUS and OCONUS requirements versus limiting to one or the other. Please provide recommendations. 10. Do you have any thoughts or concerns with regionalizing and/or consolidating requirements from multiple bases? 11. Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 12. It is currently anticipated that approximately 15-20 contract awards will result from this acquisition and that a portion of these awards will be reserved for small business. For small business consideration, would your firm be able to compete under NAICS 562910? If not, why? Please provide your recommendations concerning the anticipated number of contract awards, how many contracts should be reserved for small business, and the proposed NAICS. 13. If the Government were to contemplate splitting these A&E service requirements into two suites of IDIQ contracts (one covering environmental A&E services and one covering housing, MILCON, and SRM Title I and II services), what are your thoughts and/or concerns? 14. For Market Research purposes, we are planning to host an Industry Forum. What format do you think would be most beneficial for this Forum, what topics would you like to hear discussed, and what number of people would you envision sending? 15. Do you have any other comments or suggestions that you would like to share with us? Please include the following with your response: name and address of firm; size of business; point of contact and telephone number, average annual revenue for past 3 years and number of employees, classification standard i.e. large, small, small disadvantaged, 8(a), HUBZone, etc, affiliate information: parent company, joint venture partners, and potential teaming partners. Please e-mail responses to afceeacs4pae08@BROOKS.AF.MIL no later than 11 Dec 06. Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Contracting point of contact is Ms. Janie Campos, HQ AFCEE/ACS, (210) 536-4411, FAX (210) 536-3890. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Please note that official information will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/Reference-Number-FA8903-07-RFI-4PAE08-0001/listing.html)
 
Record
SN01204896-F 20070105/070103221352 (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.