Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

C -- Architecture-Engineering Services

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-47CONSAE
 
Response Due
6/1/2007
 
Archive Date
6/16/2007
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. SCOPE OF SERVICES: This proposed contract action is for award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Title I, Services A&B, and Title II, Services C, for architectural, civil, mechanical, structural, environmental and electrical projects at Laughlin AFB TX. Computer Aided Design and Drafting (CADD) capability, compatibility with Auto CAD 2006 and capability to digitize existing drawings for CADD and PDF use are required. ArcGIS 9.1 capability for mapping is required. Performance shall be required in the following disciplines: (1) Architectural including Landscape Architects, (2) Civil Engineer (General plus Airfield Design), (3) Structural, (4) Mechanical (Primarily HVAC and Plumbing), (5) Environmental (Hazardous Waste Identification and Design), (6) Electrical (Building Design, Electrical Lighting and Underground Distribution), (7) Specialized services, such as abatement and geo-technical. Delivery orders will consist of but not be limited to: (1) Making technical studies, analysis, surveys, investigations, and reports, (2) Planning of site developments and installations, (3) Preparation of designs, plans, drawings, cost/time estimates and specifications, (4) Supervising and inspecting maintenance, repair and construction projects, and (5) Performing the necessary supervision and coordination of all phases of A-E work. The Government will distribute delivery orders among the various contracts using the following considerations (not listed in any order of preference or ranking): (1) Specialized experience, (2) Past performance, (3) Capacity, (4) Location. GENERAL INFORMATION: Each contract awardee is guaranteed a minimum of $2,500.00 in fees for the life of the contract. The maximum dollar value of the total program including all contracts and all option years is $5,000,000.00, based upon projected needs. The performance period is 365 days with two two-year option periods. Competition is open to small and large business firms. All responsible sources may submit the required documents, which shall be considered by the agency. The Contracting Officer may elect to award up to three contracts from this single synopsis. If at least one fully qualified 8(a) firm applies and a fair and reasonable price can be negotiated, at least one award will be made to a fully qualified 8(a) firm. The applicable North American Industry Classification System Code (NAICS) for this requirement is 541310 and the size standard is $4.5 million. EVALUATION PROCEDURES: All Standard Form (SF) 330 submissions from responsible firms received in response to this notice will be evaluated by Government boards in accordance with the Brooks Act and Federal Acquisition Regulation (FAR) Part 36, and as stated in the Evaluation Criteria and Rating Consideration paragraphs below, to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Oral presentations shall be required of approximately 4-6 of the highest ranked offerors. Up to 10 bonus points shall be awarded for oral presentations. Initially, up to three of the highest ranked offerors will be sent a request for proposal. The highest ranked 8(a) firm will also be sent a request for proposal. Proposals will be evaluated and negotiated for fair and reasonable price. If a fair and reasonable price cannot be negotiated, the Government may request a proposal from the next highest ranking offeror, in an attempt to award up to three contracts from this solicitation. EVALUATION CRITERIA: The criteria for evaluation, in relative order of importance, and point values assigned to each criterion is as follows: (1) Professional Qualifications - 28 points, (2) Past Performance - 22 points, (3) Capacity - 18 points, (4) Specialized Experience and Technical Competence - 12 points (5) Location - 10 points, (6) Volume of DoD Work - 7 points, (7) Commitment to SBA - 3 points. Total 100 points. RATING CONSIDERATIONS: (1) Professional Qualifications (28 points): Professional qualifications necessary for satisfactory performance of required services to include evaluation of professional disciplines and key personnel. (A) Professional Disciplines (18 points): Firms employing a complete in-house staff offering basic professional disciplines of architectural, civil, structural, mechanical, electrical, and environmental engineers. Additional services of landscape architects, asbestos abatement specialists, fire protection engineers, communications, specification writers, estimators, geo-tech specialists, surveyors, and construction inspectors will be considered. Firms that joint venture or subcontract a major part of the A-E disciplines shall be required to provide resumes of the other firms. Points shall be awarded as follows: High Range (14-18 points); Firms have all basic professional disciplines and many of the additional services in-house. Mid Range (7-13 points); Firms have at least half of the basic professional disciplines in-house and all others with outside consultants. Low Range (0-6 points); Firms have fewer than three basic in-house professional disciplines and all others are through outside consultants. (B) Key Personnel (10 points): The type and quality of projects that key persons of the firms have been involved with in the past. Refer to resumes on SF 330. Points shall be awarded as follows: High Range (7 to 10 points); Highly qualified staff experienced with projects similar to AF Base level projects. Mid Range (4 to 6 points); Staff moderately experienced with projects similar to AF Base level projects. Low Range (0 to 3 points); Staff with little to no experience on projects similar to AF Base level projects. (2) Past Performance (22 points): Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, construction inspection/surveillance and compliance with performance schedules. Telephone interviews (conducted by the Pre-selection board) with the references listed on the SF 330 and references obtained using the central database will be the means of obtaining past performance data. The following topics will be discussed: changes in design during construction, construction award compared to cost estimate, concepts, design, contract documents, construction inspection and surveillance, accuracy, completeness, cooperation, coordination, timeliness of submittals, management, meeting schedules, work quality on past projects, and post-construction performance of the facilities' designs. Firms' SF's 1421 or DD Forms 2631 obtained from the central database will also be reviewed. Only past performance within the last five years will be considered. (A) Past performance of firms on contracts with DoD other than Air Force (8 points): High Range (5-8 points); Completed complex projects by the firms are of high quality and performance is exceptional. Mid Range (1-4 points); Completed complex projects by the firms are of satisfactory quality and performance. Low Range (0 points); Completed complex projects by the firms are not of high quality and satisfactory performance. (B) Past performance of firms on contracts with the Air Force (8 points): High Range (5-8 points); Completed complex projects by the firms are of high quality and performance is exceptional. Mid Range (1-4 points); Completed complex projects by the firms are satisfactory quality and performance. Low Range (0 points); Completed complex projects by the firms are not of high quality and satisfactory performance. (C) Past performance of firms on contracts with non-DoD (6 points): High Range (4-6 points); Completed complex projects by the firms are of high quality and performance is exceptional. Mid Range (1-3 points); Produces work that is of satisfactory quality and performance. Low Range (0 points); Produces work that is not of high quality and satisfactory performance. (3) Capacity (18 points): Capacity to accomplish the work within contract schedules. This will include evaluation of the offeror's quality control program, innovative forms and patterns in building design, prescribing metric standards, AutoCAD 2006, PDF, and ArcGIS 9.1, documenting projects on CD and worksheets on Excel, and preparing project/contract documents for Internet advertising. Consider all projects completed in the last five years. Consider timeliness of contract completion. (A) Completed projects and workload (10 points): High Range (7 to 10 points); Firms show evidence of steady workload of projects and is always ahead of design schedule. Mid Range (4 to 6 points); Firms show evidence of uneven workload at times but meets design schedules. Low Range (0 to 3 points); Firms show evidence of work overload and does not always complete work on design schedule. (B) Innovative forms and patterns in building designs (4 points): High Range (4 points); Firms that have won five or more awards for their exceptional designs. Mid Range (1-3 points); Firms that have won two to four awards for their designs. Low Range (0 points); Firms that have won one or no award for their designs. (C) Prescribe metric standards, use of AUTOCAD 2006, ArcGIS 9.1, documenting projects on CD and worksheets on Excel (4 points): High Range (4 points); Firms that have all of the above capabilities to produce documents in-house. Mid Range (1-3 points); Firms that have some of the above capabilities to produce documents in-house. Low range (0 points); Firms that have none of the above capabilities to produce documents in-house. (4) Specialized Experience and Technical Competence (12 points): Specialized experience and technical competence in the type of work required, including experience in construction inspection and surveillance, energy conservation (LEED design principles), pollution prevention, waste reduction, and the use of recovered materials. Consider projects for the planning, design and surveillance of both new construction and renovation of housing, dormitories, lodging facilities, recreation facilities, pavements (both base and airfield), offices, aircraft facilities, environmental, POL, repair and remodeling, planning, and other projects. Consider basic professional disciplines and additional services per paragraph (1). Consider designs of structures with finishes that are recyclable and recoverable for reuse. Consider designs for minimum wastage of construction material, and for use of day lighting, energy efficient fixtures and equipment that reduce owner's building life cycle costs. (A) Design experience on Air Force projects (3 points): High Range (3 points); Firms have accomplished projects for the Air Force in five or more of the types and/or services. Mid Range (1-2 points); Firms have accomplished projects for the Air Force in three to four types and/or services. Low Range (0 points); Firms have accomplished projects for the Air Force in two or fewer types and/or services. (B) Design experience on DoD projects (3 points): High Range (3 points); Firms have accomplished many DoD projects in five or more of the types and services. Mid Range (1-2 points); Firms have accomplished DoD projects in three to four types and services. Low Range (0 point); Firms have accomplished DoD projects in less than three types and services. (C) Design Experience in Non-DoD projects (2 points): High Range (2 points); Firms have accomplished many non-DoD projects in five or more of the types and/or services. Mid Range (1 points); Firms have accomplished non-DoD projects in three to four of the types and services. Low Range (0 points); Firms have accomplished non-DoD projects in two or fewer types and services. (D) Prescribe use of recovered and recyclable materials, pollution prevention and minimize building waste in building construction (2 points): High Range (2 points); Firms that prescribe all of these elements and 75% or more of those projects are successfully constructed using these elements. Mid Range (1 point); Firms that prescribe some of these elements and up to 74% of those projects are successfully constructed using these elements. Low Range (0 points); Firms that prescribe none of these elements. (E) Utilize or design energy efficient lighting, electrical and mechanical equipment, and energy efficient construction (2 points): High Range (2 points); Firms that prescribe all of these elements and 75% or more of those projects are successfully constructed using these elements. Mid Range (1 point); Firms that prescribe some of these elements and up to 74% of those projects are successfully constructed using these elements. Low Range (0 points); Firms that prescribe none of these elements. (5) Location of A-E Firm (10 points): Firms located in close proximity of Laughlin Air Force Base (LAFB) shall be considered to be more readily available to resolve issues or expedient consultations. Points shall be awarded to firms according to distance from LAFB. High Range (6-10 points); Within 0 to 250 miles from LAFB. Mid Range (3-5 points); Within 251 to 500 miles from LAFB. Low Range (0 to 2 points); Beyond 500 miles travel distance from LAFB. (6) Volume of DOD work (7 points): Consider the volume of DoD work during the previous 12 months with the objective of equitably distributing contracts among firms, including minority-owned firms and firms without prior DoD contracts. Provide a list of DoD contracts awarded in the last 12 months to include dollar value. List only basic contract awards; listing delivery orders is neither required or desired. High Range (4-7 points); Firm's data show a low volume of DoD work. Mid Range (1-3 points); Firm's data showed a moderate volume of DoD work. Low Range (0 points); Firm's data showed a high volume of DoD work. (7) Identification and commitment to Small Business and Socioeconomic programs (3 points): Consider the extent to which offerors commit to small businesses, small disadvantaged businesses, historically black colleges and universities or minority institutions as subcontractors. High Range (3 points); Commitment to Small Business and Socioeconomic programs fully documented and support provided. Mid Range (1-2 points); Commitment to Small Business and Socioeconomic programs documented. Low Range (0 points); Commitment not documented. ORAL PRESENTATIONS (10 bonus points): Oral presentations will be required of approximately 4 -6 of the highest ranking firms. Top firm oral presentation selection shall occur after the Final Selection Board evaluations of the SF's 330 but prior to final rankings. The firms will be required to demonstrate how they are the most qualified to provide A-E services by verbal presentation of their qualifications in regards to the seven evaluation criteria. Questions shall be prepared by the Final Selection Board and shall be provided to the firms selected to make oral presentations prior to the presentation date. Using the data generated through the oral presentations, a "bonus" point value will be developed in which points are assigned as follows: High Range (7 to 10 points); Offeror received Excellent ratings. Mid Range (4 to 6 points); Offeror received mostly Good ratings. Low Range (0 to 3 points); Offeror received mostly Satisfactory ratings. SUBMISSION PROCEDURES: It is estimated that this contract(s) will be awarded in November 2007. A-E firms that meet the requirements described in this announcement are invited to submit three (3) copies of a completed SF 330 and the information requested below to the 47th Contracting Squadron, Attn: Alice Hancock, 171 Alabama Ave, Bldg 7, Laughlin AFB TX 78843-5102, no later than 21 May 07. The following shall be submitted with the SF 330: (a) awards and/or samples of innovative forms and patterns in building design, (b) evidence of the use of metric standards, AutoCAD 2006, ArcGIS 9.1, project documents on CD, worksheets on Excel and (c) samples of project/contract documents that were used for internet advertising. Total page count of the SF 330 must be limited to 80 pages of text, numbered consecutively from 1 to 80. The SF 330 shall be submitted on no more than 40 double-sided sheets of paper, using 12 point Times New Roman style font in narrative elements, and a minimum of 10 point Arial style font in tables. Page size shall be 8.5 x 11 inches. Submission shall be bound in a 3-ring binder. Firms shall state in SF 330 Block 5b if they are a small business according to the NAICS 541310 size standard ($4.5 million).
 
Place of Performance
Address: Laughlin AFB, TX
Zip Code: 78843-5102
Country: UNITED STATES
 
Record
SN01285812-W 20070504/070502222019 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.