Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
MODIFICATION

C -- Technical Engineering and Spacelift Services (TESS)

Notice Date
1/19/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA252106R0007
 
Response Due
2/7/2007
 
Small Business Set-Aside
8a Competitive
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ARCHITECT-ENGINEERING SERVICES. RESTRICTION OF THE COMPETITION IS LIMITED TO 8(A) CERTIFIED FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA SERVICED BY SBA REGION 4 AND OTHER FIRMS HAVING A BONA FIDE BRANCH OFFICE LOCATED WITHIN THE GEOGRAPHICAL BOUNDARIES OF THE RELEVANT COMPETITIVE AREAS. ALL OTHER FIRMS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. The applicable North American Industrial Classification System (NAICS) code and size standard for this acquisition is 541330 / $25M. The source for this contract will be selected in accordance with the Brooks Act as implemented in FAR Subpart 36.6. The contract will consist of a base year and four one-year option periods with a guaranteed minimum of $500,000 in the base year only. The estimated start date is 1 Oct 07. The purpose of this acquisition is to provide the 45th Space Wing (SW) with time critical planning, engineering analyses, design, cost estimating, construction inspection services and construction subcontract execution. General requirements will be to provide such services as project management, engineering programming, engineering studies, engineering design development and review, environmental planning, environmental permit application preparation and certificates of completion, administrative software development and implementation, computer network configuration and installation, computer based modeling and three dimensional imaging, environmental compliance support, subcontracting, testing, inspection, documentation, cost control, scheduling, cost estimating, life-cycle cost analysis, economic analysis, computer systems support, energy management and business plan development and analysis. These services shall support a continuous need to repair, modify and construct critical launch facilities, launch support facilities, utilities (electric, water, wastewater, etc) and ground systems to meet both continuing and changing mission needs. Additionally, TESS provides ancillary support services to include security, safety, quality control, and training programs. The contractor shall provide a full time core staff located on-site at CCAFS. The locations of services to be provided potentially include all 45th SW assets; for example: Cape Canaveral Air Force Station (CCAFS), FL; Patrick Air Force Base (PAFB), FL; Jonathan Dickinson Missile Tracking Annex, FL; Malabar Missile Tracking Annex; FL; Antigua Air Station, West Indies and Ascension Auxiliary Airfield, South Atlantic. However, the majority of work will occur at CCAFS. TESS is critical to the 45th SW?s ability to meet launch schedules; it allows for quick response to problems that occur unexpectedly on launch facilities. The contractor must maintain the capability to respond within 4 hours with a plan and be on site within 24 hours in order to deploy engineering and construction management personnel to any location within the 45th SW. The Government will provide approx. 5000 S.F. of net office space located on Cape Canaveral Air Force Station (CCAFS) for use by the contractor in accomplishment of the TESS contract. The overall objective of this acquisition is to obtain A-E services that will satisfy the requirements detailed in the attached Statement of Work (SOW) dated 05 December 2006. Required A-E services contemplated by this announcement require availability of a strong multi-discipline team to include but not limited to disciplines in Project Management, Administration, Mechanical Engineering, Electrical Engineering, Civil/Structural Engineering, Architecture/Interior Design, Drafting, Negotiate/Award/Execute Construction Subcontracts, Construction Management/Inspection, Business Consultant, Fire Protection Engineering (certified), Corrosion Engineering (certified). EVALUATION CRITERIA: The specific evaluation criteria 1 thru 6 are primary. Criteria 7 & 8 are secondary and will only be used as tie-breakers among technically equal firms. 1. Professional qualifications necessary for satisfactory performance of required services (qualifications of key individuals committed to this contract). Project Management Team qualifications, including the individual assigned to oversee the contract, and how well these individuals can ensure a complete, timely professional product. List of key personnel assigned. Personnel resumes presented must belong to the individuals who will be working at the site. 2. Specialized Experience. Demonstrated knowledge, experience and technical competence in performing A-E services on military, industrial and commercial facilities (capability of firm to accomplish the required service, knowledge of local conditions, local codes, wind loading, corrosion control issues, etc.). The services shall be performed on a variety of facility types including launch complexes and support facilities, spacecraft payload processing and support facilities, associated critical spacelift support facilities. A-E firm is full service, multi-disciplined consulting firm which provide complete in-house services (i.e., Architectural, Mechanical, Electrical, Structural and Civil Engineering). Staffed with full-time Licensed Professionals. Superior track record for technical performance. If firm does not have complete in-house services it is acceptable; however, firm must demonstrate good record of working with subcontractors. Subcontractors must be adequately qualified. Signed agreements with partners that strengthens their application over firms without in-place agreements. 3. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (past performance on work similar to that required by this contract). Good past performance/good working relationship with clients on projects of similar nature. List of past projects of similar type work; listed projects within budget parameters; scheduled review/completion dates met. 4. Capacity to accomplish the work in the required time. Meets schedules and cost; present and projected workload; on-site staff. Personnel must be readily available to address issues in person; i.e., impromptu meetings, site visits, urgent/emergent activities, etc. Full time core staff located at CCAFS. 5. Inspection Services. Demonstrated ability to inspect construction projects (whether using in-house inspectors or subcontract services) to ensure the construction meets the design documents. 6. Ability to manage subcontracted construction projects. Firm must demonstrate the ability to effectively manage construction contractors to complete projects on time and within budget. 7. Location in the general geographical area. Firm must be located within the Southeastern United States (SBA District Region 4) with preference given to the following in descending order of importance: (a) Brevard County; (b) Orlando Area (Maitland, Altamonte Springs, etc); (c) Clermont, Ormond Beach, Jensen Beach, Stuart, Daytona Beach, Mt. Dora, Ft. Pierce; (d) Jupiter, Lakeland; (e) Tampa, Clearwater, West Palm Beach, Temple Terr, Dunedin; (f) Palm Harbor, Palatka, Lake Worth, Bradenton, Sarasota; (g) Ft. Lauderdale, Pompano Beach, Gainesville, Jacksonville, Orange Park, Plantation; (h) Miami area (Miami Beach, Coral Cables); (i) Tallahassee; (j) Southeast states and Pensacola. 8. Volume of work previously awarded to the firm during the past year by DoD. Preference will be given in the following descending order of importance: (a) No DoD contracts awarded; (b) Less than $500K awarded; (c) $500K to $1M awarded; (d) $1M to $2.5M awarded; (e) $2.5M to $5M awarded. As there is no place on the Standard Form (SF) 330 to provide this information, each firm will submit this information in addition to the SF330. The evaluation criteria carries the following weight: Factors 1 and 2 are of equal importance and are the most significant factors; Factors 3 and 4 are of equal importance and are less important than Factors 1 and 2 but are of greater significance than Factors 5, 6, 7, and 8; Factors 5 and 6 are of equal importance, are less important than Factors 1, 2, 3, and 4, but are of greater significance than Factors 7 and 8; Factors 7 and 8 are of equal importance, but are the least important factors. Interested firms having the capabilities to perform this work must submit their completed Standard Form (SF) 330, Part I and Part II for the prime firm. Branch offices that will play a key role must also submit a completed SF 330 Part II for each participating branch office. Completed SF 330 Part II must also be submitted for each proposed subconsultant. Responding firms must submit current and accurate SF 330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding to this announcement should identify such address in the SF 330, Part I. Please identify the Data Universal Number (DUNS) of the office performing the work in Block 5 of the SF 330, Part I. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Block H will be 10 pages or less in length. Each printed side of a page will count as one page. Information may not be incorporated by reference into the SF 330. No other information including pamphlets or booklets is requested or required. Identify responses to this announcement with FA2521-06-R-0007. Submission of all required SF330 documentation, as stated above, in either Microsoft or Adobe format, via email, is preferred. If responding via email responses must be submitted to the following email address: virginia.brady@patrick.af.mil . However, if responding by a method other than email, interested firms must submit FIVE copies of all required SF330 documentation, as stated above, to: 45 CONS/LGCA; ATTN: Virginia Brady; 1201 Edward H. White II St; Patrick AFB, FL 32925-3299. In no event will facsimile transmissions be accepted. All responses must be received NOT LATER THAN 5 February 2007. AFFARS Clause 5352.201-9101 Ombudsman applies. Paragraph (c) of subject clause reads as follows: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, Phone: 719-554-5250, Facsimile: 719-554-5299, email: a7k.wf@afspc.af.mil. Any questions regarding this announcement must be submitted in writing via email to the Contracting Officer, Virginia E. Brady @ virginia.brady@patrick.af.mil or the Contract Specialist, John Pollard @ john.pollard@patrick.af.mil. This is not a Request for Proposals. Only one IDIQ contract will be awarded. Numbered Note 24 applies to this announcement.
 
Record
SN01215482-W 20070121/070119225547 (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.