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 -- A&E - GLEN 10-1017

Notice Date
12/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
80912-2116
 
Solicitation Number
Reference-Number-F3R3D06298A100
 
Response Due
1/18/2007
 
Point of Contact
James Uram, Contract Specialist, Phone 719-567-3804, Fax 719-567-3438, - James Anderson, Contracting Specialist, Phone 719-567-3855, Fax 719-567-3809,
 
E-Mail Address
james.uram@schriever.af.mil, james.anderson@schriever.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The government contemplates making an award from this announcement as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. This is an Architect-Engineer (A-E), Title I and Title II services, in accordance with PL 92-582 (Brooks A-E Act) and FAR part 36, for firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contracts for a basic period of one year or less, with the Government's option to extend for four additional one-year option periods. Architect-Engineer (A-E) services are required for design of miscellaneous operations and maintenance projects, and for other supporting services for the 50th Space Wing headquartered at Schriever AFB (SAFB), Colorado. Projects will be issued to the A-E by negotiated, firm-fixed price delivery orders as the need arises during the contract period. Each delivery order will not exceed $499,000. Cumulative amounts for delivery orders in a fiscal year will not exceed $750,000. A minimum of $5,000 in fees will be guaranteed to the A-E for the life of the contract (to include any exercised option periods). Contract award is anticipated in FY 07. Services will be performed for SAFB (predominately); and other 50th Space Wing CONUS and worldwide sites (rarely) which are Onizuka AFS, CA; Vandenberg AFB, CA; Cape Canaveral AFS, FL; New Boston AFS, NH; Kaena Point AFS, HI; Palehua Aolar Observatory, Oahu, HI; Anderson AFB, Guam; Kwajalein Atoll; Diego Garcia, Indian Ocean; Ascension Island, South Atlantic; Thule AFS, Greenland; and TCS Oakhanger, United Kingdom. The selected A-E firm is expected to work closely with Government personnel, project managers and user groups. The selected A-E firm will be required to participate in site visit meetings (when requested), within 5 calendar days after receiving the request for proposal for a project at Schriever AFB. The A-E shall accomplish all cost estimates using the e4Clicks estimating system. Firms are reminded of the requirement at FAR 36.601-3(a), which requires the architect-engineer to specify, in the construction design specifications, use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Where appropriate, the architect-engineer must consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable. Architectural Design, Civil Engineering and Structural Engineering are the lead disciplines for this contract; however, other disciplines may be required, depending upon the scope of the individual projects. Other disciplines will likely include, but are not limited to the following: mechanical engineering, electrical engineering, environmental engineering, soils engineering, fire protection, landscape architecture, land surveying, geophysical surveying, surveying and mapping, industrial hygiene and planning. Subcontractors, outside associates or consultants may be used to provide these disciplines. Design services required will primarily be in construction with maintenance, repair and minor construction type projects, including preparation of drawings and specifications. Various types of services such as investigation, inspection, studies, reports, and cost estimates may also be required as they relate to project designs and studies. Projects may include various combinations of disciplines. Project leaders must be licensed engineers or architects. They must be licensed as defined by State Law. Provide the State and Registration number at block E17 of the Standard Form (SF) 330. Actual copies of the certificates are not required. Construction management services may also be required. Escorts with secret security clearances may be required. Firms desiring consideration are requested to submit SF 330 along with a cover letter addressing each of the following factors, which will be used as the basis for selection. The SF 330 can be found in the GSA Forms Library on-line at http://www.gsa.gov. Significant evaluation factors in accordance with FAR 36.602-1 in order of relative importance, are as follows: (1) Professional qualifications of the staff to be assigned to the project(s), including qualifications and experience of subcontractors/consultants. Consideration of the type and quality of projects the staff has been involved with and their ability to provide innovative and imaginative solutions. (2) Recent specialized experience in the area of Architectural Design, Civil Engineering, and Structural Engineering. Consideration of prior design projects completed by the firm, and how the construction management went and how well the completed facilities are functioning. (3) Capacity to accomplish the work in the required time frame. (4) Past performance of work on other Department of Defense (DoD) contracts and other contracts, both government and private in terms of cost control, quality of work, and compliance with performance schedules. Recognition of projects and/or designs through award programs. (5) Location in the general geographical area of the projects and knowledge of the locality of the projects, which are at Schriever AFB, CO and vicinity. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded by Schriever AFB and other DoD awards, with the object of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms. (8) Full-time construction inspection capability. Note: Firms must list, in tabular format, all expected subcontractors, outside associates and consultants, to include a list of projects jointly worked with the firm during the last three years and a list of references with points of contact to include phone numbers. Responses and submittals must be received at the contracting office as an attachment to the SF 330. Firms desiring consideration should be multi-disciplined in nature or clearly indicate their consultants. No projects have been authorized for design and funds are not presently available for any contracts. This announcement is open to Service Disabled Veteran Owned Small Business. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittal by fax will not be considered. Failure to complete the listed standard forms, provide the additional information requested, or provide such information and submittal within the specified time, shall result in disqualification of the firm. Required Documents: Interested firms which meet the requirements described in this announcement, are invited to submit four copies (1 original and 3 copies) of the completed Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and II. Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8x11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Relevant projects identified in Part I block 19, shall not be more than 3 years old. The final selection board may require interviews; either in person, by telephone, or by written reply to written questions; as part of the final selection evaluation. One or more IDIQ contracts may be awarded. Responses and submittals must be made no later than 4:00 p.m., Mountain Time, thirty (30) calendar days from the date of this announcement to 50 CONS/LGCA, Attn: James Uram, 210 Falcon Parkway, Suite 2116, Schriever AFB, CO 80912-2116. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-MAR-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/AFSC/50CS/Reference-Number-F3R3D06298A100/listing.html)
 
Place of Performance
Address: 210 Falcon Pkwy Schriever AFB CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01242299-F 20070303/070301224737 (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.