Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

C -- Architech/Engineering IDIQ Minot AFB, ND

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, North Dakota, 58705-5027
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-09-R-0029
 
Point of Contact
Meaghan E Nelson, Phone: 701-723-3260, David F Schwaiger,, Phone: (701)-723-3829
 
E-Mail Address
meaghan.nelson@minot.af.mil, david.schwaiger@minot.af.mil
 
Small Business Set-Aside
N/A
 
Description
Architect/Engineer (A/E) services are required for the award of an Indefinite Delivery Indefinite Quantity type contract for design of various type projects at Minot AFB, ND. The NAICS Codes are 541310 and 541330. The Contracting Officer may elect to award up to four multiple contracts from this single synopsis. Services may be required for architectural, electrical, mechanical, civil, landscaping, and structural engineering. Some asbestos, environmental, and other studies may be required. The A-E may be required to prepare plans/drawings, specifications, design analysis, and cost/time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects. These services are for a variety of projects that encompass any and all of the engineering disciplines. Field/subsurface investigations and surveys may be necessary depending on the specific task ordered. The contract will cover a one (1) year basic ordering period with two (2) one-year option(s). Firm Fixed delivery orders may be issued on an as required basis for one (1) year from the award date of the contract (basic year) and two additional years if determination is made to exercise the options. The total order amount will not exceed $750,000.00 for the life of the contract, with no individual delivery order exceeding $299,000.00. EVALUATION and SELECTION CRITERIA: Submissions of completed Standard Form 330 (SF-330) received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. Recent (within the past 5 years), relevant performance in performance in preparing projects valued between $100K and $1M may result in a higher rating and should be addressed accordingly. 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. The selection will be based on the following criteria and are of equal importance. (1) Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract and any applicable outside consultants. Availability of experienced key personnel, and consultants, and the number of years the consultants have worked with the firm. (2) Specialized Experience: Technical competence in the type of work required, including, where appropriate, experience in energy conservation. Pollution prevention, waste reduction, and the use of recovered materials: Specialized experience and technical competence of the team proposed for this project (including outside consultants) in related design areas of renovation, alteration, upgrading and repair of commercial, industrial and housing facilities. If applicable, demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (3) Capacity: Capacity to accomplish the work in the required time; discuss how surge workload would be managed. (4) Past Performance: Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (describe the process and qualifications of key persons responsible). List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry contact. (5) Location: Location in the general geographical area of project and knowledge of the locality of the project, provided that the application of these criteria leaves an appropriate number of qualified firms, given the nature and size of the project. (6) Prior Work Experience: Prior work experience to include contracts performed for city, government, state government, federal agencies and Minot AFB if applicable. (7) CAD and Internet Capability: Computer drawing data shall be provided on electronic media compatible with the AutoCAD 200X and Internet posting/updating capability. In addition to fully designed projects, firms may be tasked to provide documents slated for design-build solicitation. A professional cost estimator, using R.S. Means, historical data, or other standard commercial cost estimating software, shall prepare cost estimates. Specifications shall be prepared using MasterFormat 2004 and will be provided in Microsoft WORD (.doc) format. (8) Cost Control Effectiveness: Demonstrate knowledge of design approaches, construction materials, codes/ordances, costs, and other conditions unique to the geographic area covered by this contract. Cost control effectiveness indicated by the A/E's ability to provide cost working estimates that were within plus/minus 10% of the awarded low bid on project bids in the past year. (9) Design Capability: Innovative design capability indicated by receipt of a design award from a nationally recognized group with the past five years. (10) Volume of Work: Volume (dollar amount) of DoD work awarded to a firm in past 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. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. List only basic contract awards; listing of Task Orders are neither required nor desired. It is estimated that this contract will be awarded in July 2009. There is no RFP package to download. A-E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Form (SF) 330, Architect-Engineer Qualification (required for this project). Forms are available at www.gsa.gov (GSA Forms Library) All information relating to this firm's qualification must be contained in the Stand Form. Inclusion by reference to other materials is not acceptable. The SF 330 is limited to the 75 pages including information concerning the firms qualifications related to this specific contract. Response by submittal of two (2) copies of SF 330, which must be, received no later that 4:00PM CST, 19 May 2009. Firms desiring consideration shall submit appropriate data as described in the notice. Submittals shall be sent: 5 CONS/LGCAC, Attention Ms. Meaghan Nelson or Mr. David Schwaiger, 211 Missile Avenue, Minot Air Force Base, ND 58705-5027. Point of Contact Meaghan Nelson, Contract Specialist, Phone: (701)-723-3260, DSN 453, Fax: (701)-723-4179, Email: meaghan.nelson@minot.af.mil - David Schwaiger, Contracting Officer, Phone: (701) 723-3829, DSN 453, Fax: (701) 723-4179, Email: david.schwaiger@minot.af.mil Place of Performance Address: 5 CONS/LGCAC, 211 Missile Avenue, Minot AFB, ND 58705-5027 Country: U
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6914ef7f389b38874d8950597ec7174c&tab=core&_cview=1)
 
Place of Performance
Address: ADDRESS: 5 CONS/LGCAC, 211 Missile Ave, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN01796037-W 20090419/090417220407-6914ef7f389b38874d8950597ec7174c (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.