Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

C -- Architect-Engineer Services, Schriever AFB

Notice Date
5/16/2007
 
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-F3R3D06298A1
 
Response Due
7/2/2007
 
Archive Date
7/17/2007
 
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
8a Competitive
 
Description
The government contemplates making an award from this announcement to a Small Business Administration 8(a) Program Participant (known as 8(a)). This is for 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 a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a basic period of one year or less, with the Government's option to extend for four additional one-year option periods. It is the intent of the government to award one contract, however, the government reserves the right to award more than one or none. 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. Individual delivery orders are not expected to exceed $499,000. Cumulative amounts for delivery orders in a fiscal year will not exceed $750,000. A minimum of $5,000 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. 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. Disciplines for this contract will include Mechanical Engineering, Electrical Engineering, Architectural Design, Civil Engineering and Structural Engineering, Environmental Engineering, Soils Engineering, fire protection, roofing, landscape architecture, land surveying, geophysical surveying, surveying and mapping, industrial hygiene and planning, depending on the scope of the individual projects. Subcontractors, outside associates or consultants may be used to provide some of the disciplines described. 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, cost estimates and designs for SABER (Simplified Acquisition of Base Engineering Requirements) projects may be required as they relate to project designs and studies. The government prefers cost estimates for SABER projects be prepared and provided using the e4Clicks estimating system. Projects may include various combinations of disciplines. Project leaders must be licensed engineers or architects, licensed by the State of Colorado 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) 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. (3) Location in the general geographical area of Schriever AFB, CO. (4) Recent specialized design experience by discipline (Mechanical, Electrical, Civil, Architectural, Structural, etc.). Consideration of prior design projects completed by the firm, how the construction management went and how well the completed facilities are functioning. (5) Capacity to accomplish the work in the required time frame. (6) Previous work experience at Schriever AFB. (7) CADD and GIS capabilities. (8) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (9) 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 Small Business Administration 8(a) Program Participants. 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. The following clause will apply to award: 5352.201-9101 Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman - Dianne S. Holmes Address: Headquarters Air Force Space Command A7K, 150 Vandenberg Street / Suite 1105, Peterson AFB CO, 80914-4230; Phone #: (719) 554-5324, Fax #: (719) 554-5299 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 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 IDIQ contract may be awarded. Responses and submittals must be made no later than 4:00 p.m., Mountain Time, 2 July 2007 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 WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS 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-F3R3D06298A1/listing.html)
 
Place of Performance
Address: 210 Falcon Pkwy, Ste 2116 Schriever AFB, CO
Zip Code: 80912-2116
Country: UNITED STATES
 
Record
SN01295909-F 20070518/070516221924 (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.