Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOURCES SOUGHT

C -- Provide A&E Services

Notice Date
2/9/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
FA488710
 
Archive Date
2/27/2009
 
Point of Contact
Brian T Reese, Phone: 623-856-7179 x232
 
E-Mail Address
brian.reese@luke.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 56th Contracting Squadron (AETC) is seeking information concerning the availability of capable contractors within a 50-mile radius of Luke AFB, AZ 85309,with the ability to perform under a Civil/Structural Architect/Engineer (A&E) contract with a base of one year with four one-year option periods. The Government is seeking interested SMALL BUSINESSES in the 8(a) program, Small Business HUB Zone, and Service Disabled Veteran Owned Small (SDVOSB) businesses that are experienced in A&E operations and design. This RFI shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation will be executed and posted separately at a future date. The Air Force is interested at this point, only in identifying interested and capable contractors for this service as part of the market research effort. The tentative solicitation issue date is to be determined. The Government will award one contract to a contractor that meets the responsibility factors in FAR 9.104-1 to satisfy this requirement. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at 56 CONS, Luke AFB, AZ. Contact with Government personnel by potential offerors or their employees regarding this project is strictly prohibited. The contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. Comments and information on the following areas are requested: (1) Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses; (2) Approximate annual gross revenue; (3) Any small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.); (4) Indicate if your company primarily does business in the commercial or Government sector; (5) Please describe any commercial-sector contracts you have performed for roofing services [if applicable]; (6) Indicate which NAICS code(s) your company performs under for Government contracts; (7) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Luke AFB, AZ. Request responses be provided no later than than close of business - 4:30 PM Arizona Time on 20 February 2009. The Government is under no obligation to consider information received after 20 February 2009 as part of the formal market research for this acquisition. The planned North American Industry Classification System (NAICS) code is 541330 (Engineering Services) with the applicable small business size standard of $4.5 million. An electronic response is the accepted method. Future information on this acquisition (draft Performance Work Statement (PWS), specifications, solicitation, etc) will be posted on the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. Requirement: (Note: The description is a summary of the required services and is not intended to be all-inclusive). Summary of Work: The major civil specialties are structural, water resources, construction, construction management, surveying, environmental, transportation, vehicle pavements, airfield pavements, FAA Advisory Circulars, and geotechnical engineering. The firm must be capable of providing and managing a team of individuals from within the firm or from subcontracts with consultants other specialties such as electrical, architectural, and mechanical services. The AE shall be required to have multi-disciplinary, detailed cost estimating capability. The AE shall be required to have experience in the inclusion of energy-saving and sustainable features into the design as shown by the use of the requirements of ASHRAE90.1, EPACT 2005, Executive Order No. 13423 and LEED. Some projects may require participation at partnering meetings which could require the AEs to attend an approximate one-day partnering meeting to define expectations of the AE, create a positive working atmosphere, encourage open communication, and identify common goals. Some projects may require a certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH). Arizona is committed to protecting the public from exposure to regulated asbestos-containing material during activities involving the handling of asbestos. The Air Quality Division closely monitors these activities for proper notification and asbestos emissions control. The purpose of the Asbestos National Emission Standard for Hazardous Air Pollutants (NESHAP) Program is to protect public health from exposure to regulated asbestos-containing material (RACM) during NESHAP facility renovation/demolition activities, asbestos removal, transport and disposal, closely monitoring those activities for proper notification and asbestos emissions control. The Asbestos NESHAP program in Arizona is enforced by federal, state, and county Asbestos NESHAP agencies. The anticipated work may include; but not be limited to the following; (A) Design Services; schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; (B) Investigation Services in; topographic surveys, geotechnical analysis, consultants, and reports, investigation of existing building conditions, environmental surveys and studies, hazardous materials (asbestos, lead based paint, etc.) surveys and studies; (C) Planning Services: site, utility, infrastructure and facility planning studies and analysis; (D) Construction supervision and inspection services; construction observation and inspections, review of submittals, site visits, consultation services during Contractor preparation of operations and maintenance manuals and preparation of as-built drawings. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate as well as one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637(a)), or service-disabled veteran-owned small business), based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this Civil/Structural Architect/Engineer (A&E) sources sought notice. Please contact via email! Contracting Office Address Department of the Air Force, 56th Contracting Squadron, 14100 W Eagle St, Luke AFB, AZ 85309. POC: Lt Brian Reese, 56 CONS/LGCB, email: brian.reese@luke.af.mil and Eric Hinsch, 56 CONS/LGCB, email: eric.hinsch@luke.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=859902229262c296e33a84eeaca10dc7&tab=core&_cview=1)
 
Place of Performance
Address: Luke AFB, AZ 85309, Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN01747261-W 20090211/090209220845-859902229262c296e33a84eeaca10dc7 (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.