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
SOLICITATION NOTICE

C -- Architect-Engineering Services

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-01
 
Response Due
4/4/2007
 
Archive Date
4/19/2007
 
Description
Solicitation 07-01--Indefinite-Delivery/Indefinite-Quantity (ID/IQ) Open-end Architect-Engineer (A-E) Services at Dobbins Air Reserve Base (DARB), Georgia. Dobbins Air Reserve Base is seeking a qualified firm to provide open-end ID/IQ Architect-Engineer services for maintenance, repair, alteration and new construction of base buildings, pavements, and airfields at Dobbins ARB, GA as well as structural and comprehensive interior design. All work under the contract will be subject to successful negotiations of individual Task Orders. These projects will require multi-disciplined engineering services for commercial/industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023, Design and Construction Standards and Execution of Facility Construction Projects. The results of these efforts shall be electronically generated by the A-E using Auto CADD in accordance with base standards. Specifications shall be developed using Microsoft Word in accordance with base standards. The A-E must be capable of providing and managing a team of individuals from within the firm and from limited subcontractors as consultants. Services include production of designs, plans, specifications, drawings, life cycle cost analysis, and cost estimates; conduct fact-finding studies, surveys, investigations, development of design criteria, standard designs and other professional A-E services not necessarily connected with a specific construction project; and supervision/inspection of projects under construction. These services include, but are not limited to: (a) Planning services consisting of site, utility, infrastructure, traffic and facility utilization and planning studies and analysis; (b) Investigative services consisting of topographic surveys, geotechnical analysis and reports, investigation of existing facility conditions, environmental surveys and studies, including hazardous materials (asbestos, lead based paint, etc.); (c) Design services consisting of schematic design, design development, value engineering, cost estimating, preparation of specifications and construction contract documents, and comprehensive interior and structural design documents; (d) Construction oversight and inspection services consisting of construction observation, inspection, review of submittals, site visits, consultation services during contractor preparation of operation and maintenance manuals and preparation of as-built drawings; (e) Base Comprehensive Planning Services consisting of conducting field surveys and investigations to obtain data and producing Dobbins Air Reserve Base development plans; (f) Other services consisting of design and construction related services that are not connected with a specific construction project, to include developing design criteria, fact-finding studies, investigations and the performance of environmental projects involving compliance, prevention, and restoration when the services of registered architects and engineers are required. The contract will include a one (1) 12-month base period of performance with a Government option for four (4) additional 12-month periods consisting of the same terms and conditions. The maximum amount of any one Task Order shall not exceed $299,000.00. The maximum cumulative amount for all Task Orders in any one (1) 12-month period is $750,000.00. The guaranteed minimum is $10,000.00 for the entire contract. The first Task Order order issued will satisfy this government liability. The contract will be firm-fixed price and contain fixed labor rates, which include overhead and profit, for the applicable labor disciplines/categories and fixed prices for estimated quantities of related services/supplies. Minimum qualifications for consideration are: 1) Only firms with demonstrated, in-house professionally licensed expertise in the disciplines of civil, mechanical, electrical, and architectural; and, 2) location must be in the general geographic area (45 mile radius) of Dobbins ARB, GA. Selection will be in accordance with FAR 36.6, as supplemented, AFI 32-1023 and AFPAM 32-1005. The evaluation criteria includes the following factors: (1) Professional qualifications necessary for satisfactory performance. Only firms with demonstrated, in-house, professionally licensed expertise in the disciplines of civil, mechanical, electrical, and architectural need apply for consideration; (2) Specialized experience and technical competence in the design of maintenance, repair, alteration and new construction projects; (3) Capacity for timely accomplishment of the work; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Demonstrated knowledge and application sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design; and, (6) Volume of work previously awarded to the firm by the Department of Defense (DoD) in the last 12 month period. Include the following statement in Block 10, of submitted Standard Form 330, Part II, ?This firm has been awarded $xxx,xxx.xx of DoD fees in the 12 months preceding the date of this SF330.? In the evaluation of past performance, the government will use the information contained in the government database, Architect-Engineering Contract Administration Support System (ACASS). An assigned Selection Board will identify the three (3) top ranked firms in descending order as the best qualified. The contracting officer will attempt to negotiate an equitable contract with the top ranked firm. If satisfactory negotiations cannot be concluded with the top ranked A-E firm, the negotiations will be formally terminated and initiated with the second highest rabked A-E firm. If satisfactory negotiations cannot be concluded, the government may initiate negotiation with the third highest ranked A-E firm. The applicable North American Industry Classification System (NAICS) Code is 541330. All interested parties submitting a letter of interest must be registered in the Department of Defense, Central Contractor registration (CCR) database prior to submitting their documentation for evaluation. This registration may be accomplished at www.bpn.gov. Non-registration in CCR is grounds for rejection. This notification is unrestricted. A-E firms which meet the requirements described in this announcement are invited to submit three (3) completed copies (1 original & 2 copies of each) of Standard Form SF 330, Parts I and II, directly to: 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824, Attention: Betty Holley. Electronic copies of these forms are available at www.gsa.gov/forms. All information relating to the firms' qualifications must be contained in the Standard Form 330, Parts I and II. Inclusion by reference to other materials is not acceptable. Only responses received by 12:00 P.M. (noon) EST, Wednesday, April 4, 2007, will be considered. See Note 24. This is not a request for proposal (RFP).*****
 
Place of Performance
Address: Dobbins Air Reserve Base (Marietta), Georgia
Zip Code: 30069-4824
Country: UNITED STATES
 
Record
SN01241743-W 20070303/070301221207 (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.