Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
MODIFICATION

C -- Specialized Open End Architect-Engineer (A-E) Contract

Notice Date
3/1/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4897-07-R-0007
 
Response Due
3/22/2007
 
Archive Date
4/6/2007
 
Description
CBD Synopsis For New Specialized Open End Architect-Engineer (A-E) Contracts Mountain Home Air Force Base, Base Civil Engineering, requires Title I, Title II, and Other Architect-Engineer (A-E) services for an open-end A-E design contract. The successful A-E firm(s) shall be primarily architectural with a strong environmental group, as well as a full range of other engineering disciplines (including as a minimum, electrical, mechanical, civil, fire protection and structural). The successful A-E firm(s) must have at least one member of their team that is a registered Professional Engineer with State of Idaho. The Air Force may award up to two (2) Indefinite-delivery Indefinite-quantity contracts comprising of a Base Year with the possibility of four (4) one-year options. The successful A-E(s) shall be guaranteed a minimum of $40,000.00 in a one-time fee. The maximum contract amount shall not exceed $10,000,000.00 for the life of each contract. The minimum Delivery Order amount is $2,500 and the maximum Delivery Order amount is expected to be $2,000,000. Any Delivery Order exceeding $2,000,000 will require prior agreement between both parties. The estimated contract date is on or about 3 Aug 07. The general scope of work includes, but is not limited to: site visits, development of design analyses, plans, drawings, specifications, cost estimates, other necessary documents for contract accomplishment, other studies, investigations, and services as required. The Air Force may select more than one A-E from the firms responding to this announcement. Rating factors are listed in descending order of importance: 1. Professional qualifications of staff to be assigned to this projects under this contract. a. Professional credentials of the firm b. Experience and training of staff on Air Force facilities and infrastructure systems. 2. Specialized experience in environmental investigations, studies, plans, and permits. 3. Specialized experience in design, study, and construction surveillance on Air Force facilities and infrastructure. 4. Specialized experience in Air Force studies and comprehensive planning. 5. Broad experience in land surveying, drafting and plan generation using AutoCAD/Geographical Positioning Systems (GPS). 6. Broad experience in computer-based data generations, manipulation, report interpretation and analysis. 7. Broad experience in using ArcGIS. 8. Proximity of firm in general geographic area. 9. Specialized experience and technical competence in designs and methods reducing waste and using recovered (recycled) materials. 10. Broad experience in alternative design and construction methods. 11. Past performance of firm on previous DOD and other contracts. 12. Volume of work previously awarded to the firm by DOD. a. Volume of previous DOD contracts. b. Dollar value of prior DOD awards. 13. Use of small, small disadvantaged, women-owned, service disabled veteran owned, and historically underutilized business zone business concerns. 14. Subcontracting goals in the use of small, small disadvantaged, women-owned, service disabled veteran owned, and historically underutilized business zone business concerns in the performance of this contract. 15. Professional capacity of the firm to accomplish study in required schedule. The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; Size Standard is $4.5 million. In accordance with DFARS 204.11, contractors must register in the Central Contractor Registration (CCR) database to be eligible for award. You may access CCR at http://www.ccr.gov or 1-888-227-2423. This acquisition is unrestricted and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. This is not a Request for Proposal. Interested A-E firms desiring consideration shall submit appropriate data described in the Standard Form 330, Architect-Engineer. Include a cover letter addressing whether your firm is a large or small business (based qualifications upon the SBA size standard criteria of $4,500,000 average annual revenue for past three years). The cover letter should also provide the estimated construction costs for at least three projects designed in-house within the last twelve (12) months and the associated contract award amounts for those projects. Also provide current points of contact for these contracts. Submit ten (10) copies of submittal packages in accordance with the following guidelines/limits for contents: - Introduction to resumes: Limit to 2 pages. - Key personnel: Limit to 15 individuals. - Personnel resumes: Limit 1 page per individual. - Sample projects: Limited to 10 projects, 2 pages each. - Sample projects: Must have been accomplished within the past 3 years. - Additional information: Limit to 10 pages. Respond to this announcement not later than 4:30 pm (Local Time), 22 Mar 07 for consideration. There are no other general notifications for this acquisition. Submit required data to: 366 Contracting Squadron/LGCA1, Attn: Christina L. Lene, 366 Gunfighter Ave. Suite 498, Mountain Home AFB, ID 83648-5296. See Number Note 24 for additional guidance.
 
Place of Performance
Address: 366 Gunfighter Ave, Suite 498, Mountain Home AFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01241630-W 20070303/070301220619 (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.