Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

C -- Architect-Engineering Services

Notice Date
5/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue Bldg 642, Little Rock AFB, AR, 72099
 
ZIP Code
72099
 
Solicitation Number
Reference-Number-LRAFBA-E2006
 
Response Due
6/21/2006
 
Point of Contact
Richard Edens, Contract Specialist, Phone 501-987-3838, Fax 501-987-8119, - Barry Jundt, Contracting Officer, Phone 501-987-3853, Fax 501-987-6624
 
E-Mail Address
richard.edens@littlerock.af.mil, barry.jundt@littlerock.af.mil
 
Description
SYNOPSIS FOR PROFESSIONAL ARCHITECT-ENGINEERING DESIGN SERVICES. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. Indefinite-Delivery Contract (IDC) Architect-Engineer (A-E) Services Contracts: The Little Rock Air Force Base, AR intends to award up to five (5) IDC firm-fixed price contracts for miscellaneous Architect-Engineer (A-E) services for a basic period of one year, with two (2) one year priced option periods. This announcement is open to all businesses regardless of size. The closing date for the receipt of responses is 10:00 A.M. local time (CST) on June 21, 2006. Work shall be accomplished for Little Rock AFB, AR, including Little Rock AFB areas of responsibility at the All-American Drop Zone, Camp J.T. Robinson, North Little Rock, AR, and the Blackjack Drop Zone, located between El Paso and Romance, AR. Professional A-E services for these projects will be accomplished under delivery orders issued against the IDC. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The contract rates for the basic period shall begin on the date of the contract award and shall continue for 365 calendar days, or until the option period is exercised. The A-E services required will be studies, investigations, surveying, mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, full designs, value engineering, construction phase services, soils engineering services associated with designing commercial and industrial type projects and implementation of comprehensive planning programs. Work includes the projection of programming documents (DD Form 1391), designs, plans, drawings, cost estimates and specifications as required to execute maintenance, repair, construction, general facility renovation projects and graphic land use plans. Typical projects for multi-purpose architect-engineering firms include, but are not limited to new construction of buildings and structures, alteration and repair of buildings, structures, roads, grounds, roofs, miscellaneous services and utilities including JP-8 fuel systems. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. The North American Industry Classification System Code is 541310. 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. Familiarity with English and metric system of measurements is required. Computer Aided Design and Drafting (CADD) capability and compatibility with Auto CADD (latest version) and capability to digitize existing drawings for CADD use is required. CADD drawings shall be submitted in accordance with AEC Standards. Firms are reminded of the requirement at FAR 36.601-3(a), which requires that the architect-engineer 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. Selection Criteria: Selection criteria to be utilized are listed in relative order of importance as follows: (1) Professional qualifications (resumes or curriculum vital and proof of professional registration) of key personnel of the A-E firm and consultants, to include subcontractors, and the project team (team/office actually accomplishing the work), necessary for satisfactory performance of required services. Each firm will indicate selected consultants, to include, but not limited to the following design disciplines: architectural to include landscape architects, civil engineer (general plus airfield design), structural, mechanical (primarily HVAC, plumbing, fire protection, and EMCS connections), environmental (hazardous waste identification, disposal and design) and electrical (building design, fire detection and alarm systems, exterior lighting, airfield lighting design, underground primary and secondary electrical distribution and communications systems, i.e. telephone, communications and fiber optics, LANS). (2) Specialized experience and technical competence in the type of work required, to include CADD capability and compatibility with Auto CADD (latest version), capability to digitize existing drawings for CADD use, experience in Air Force design projects, energy conservation, pollution control, waste reduction and the use of recovered materials. Other DOD and private sector experience can be submitted but preference will be given for AF project experience. (3) Professional capacity to complete projects within the established time limits and meeting project dollar thresholds. Availability of proper resources to accomplish the project and the effect other DOD and private sector work in the office will have on the Little Rock AFB workload. Furnish information (numbers and charts) showing existing workload versus time available to devote to Little Rock AFB. (4) Past performance with respect to execution of both DOD and private industry in terms of high quality work, delivery on or ahead of schedule, and with cost and recognized budget control. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Volume of DOD contracts awarded in the previous 12 months. As there is no place on the SF 330 to provide this information, each firm will submit this information in addition to the SF 330. Required Documents: Interested firms which meet the requirements described in this announcement, are invited to submit five copies (1 original and 4 copies) of the completed Standard Form (SF) 330, SF330_Extr, SF330_SE, SF330_SF, Architect-Engineer Qualifications available at Internet site http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. 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 5 years old. The only other information that should be submitted, other than the SF 330 information, will be the volume of DOD contracts awarded in the previous 12 months. Firms responding to this announcement by the response date will be considered for selection. Up to five (5) Indefinite-Delivery Contracts may be awarded. Fax copies will not be accepted and will be considered non-responsive. No additional project information will be given to A-E firms. Personal visits for the purpose of discussing potential projects are discouraged. Identify submittal with LRAFBA-E2006, and address to: 314th Contracting Squadron, LGCA-1, Attention: Richard Edens, 642 Thomas Avenue, Little Rock AFB, AR 72209-4971. All responses received within 30 days after this publication will be considered for selection. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Additionally, to be eligible for contract award a firm must complete annual representation and certifications at http://orca.bpn.gov, and must be current in VETS-100 reporting which can be accomplished at http://www.vets100.cudenver.edu/. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-OCT-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/AETC/LRAFBCS/Reference-Number-LRAFBA-E2006/listing.html)
 
Place of Performance
Address: 314th Contracting Squadron, 642 Thomas Avenue Little Rock AFB, AR
Zip Code: 72099-4971
Country: US
 
Record
SN01428382-F 20071005/071003224926 (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.