Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
MODIFICATION

C -- Architectural AE IDIQ

Notice Date
7/29/2009
 
Notice Type
Modification/Amendment
 
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
Architectural_AE
 
Archive Date
9/26/2009
 
Point of Contact
Caley M. Cyphers, Phone: 6238567179, Eric Hinsch, Phone: 623-856-9665
 
E-Mail Address
caley.cyphers@luke.af.mil, eric.hinsch@luke.af.mil
(caley.cyphers@luke.af.mil, eric.hinsch@luke.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Open-end multi discipline Architectural and Engineering (A/E) Services, Luke AFB, AZ, is seeking qualified firms to provide Architect-Engineer (A-E) services under an Architectural open-end contract. The firm must be capable of providing and managing a team of individuals from within the firm or from subcontracts with consultants. The anticipated work may include; but not be limited to the following; all Title Ia (Investigatory), Title Ib (Design), and Title 11 (Construction inspection) services, Planning, Research and Development, and Other A/E Services, including travel, all labor and materials, except those that the government has agreed to provide. The firm must be capable of providing and managing a team of individuals from within the firm or from subcontracts with consultants from other specialties such as electrical, civil/structural, 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. Delivery orders will be issued on an as needed basis depending on CES requirements. The selected A-E firm is expected to work closely with Government personnel and project managers, user groups, and local community officials, and be knowledgeable of Maricopa Association of Governments Specifications. Selection of firm for negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. The total A/E fee for this contract shall not exceed $750,000.00, and no single delivery order will exceed $299,999.00. There is a $5,000 minimum. The contract will be for a period of one year, with four option years. The A-E using AutoCAD, shall electronically generate the end products in accordance with base standards. Specifications shall be developed using the Base Master Specifications and edited on Microsoft Word. Microsoft Office products shall be used for electronic development of cost estimate spreadsheets, Submittal Requirements (AF Form 66) using base master submittal list spreadsheet. Microsoft PowerPoint, Access, Word, Project, and Excel shall be used. Geographic Information System (GIS) software (Arcview or ArcMap) may be required. The use of digital cameras will be required. A/E selection criteria will include (in order of importance): (1) Specialized Experiences and technical competence in the type of work required; (2) Professional Qualifications of staff to be assigned to this project; (3) Professional capacity of the firm to accomplish the work within the required time frame; (4) Cost control effectiveness, show 100% designed construction cost estimate, actual construction bid cost, and total change order cost for completed projects within the past three years; (5) Volume of work previously awarded to the firm by the Department of Defense (DoD) in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. Include the following statement in submitted section h, block 30 of the Standard Form (SF) 330 "This firm/joint venture has been awarded $xxx,xxx of DoD fees in the twelve months preceding the date of this SF 330."; (6) Past experience history of the firm with respect to performance on DoD contracts, Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (7) Location of the firm or the office in which the work will be performed shall be within 50 miles of Luke AFB, AZ (Luke is located 15 miles west of Phoenix, AZ); Consideration may be limited to firms within 50 miles of the base provided there is an adequate number of qualified firms therein for consideration; (8) Demonstrated success in prescribing the use of recovered materials, or economic evaluation of the use of recoverable materials and achieving waste reduction and energy efficiency and energy conservation in facility design. Firms that possess the qualifications to perform the requirements described in this announcement are invited to submit a letter of interest and complete a Standard Form 330 to represent the team. Responses should address only the specific items/facilities requested in this announcement. Extraneous information will not be reviewed. Multiple firms may be selected. Multiple contracts may be awarded as a result of this synopsis. The selection will be conducted with the combined use of the SF 330. Responses must be received before 4:00 pm Mountain Standard Time 45 calendar days from date of publication to be considered for selection. The day following the publication day is counted as day one. If the closing day is a holiday or weekend, closing will be extended to close of business on the next business day. Submittals must be sent to the 56th Contracting Squadron, Attn: Lt Caley Cyphers, 14100 W Eagle Street, Luke AFB, AZ 85309-1217. * If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as part of the Request for Proposal Package. The statutory subcontracting goals are as follows: 23% of prime contracts for small businesses; 5% of prime and subcontracts for small disadvantaged businesses (SDB); 5% of prime and subcontracts for women-owned small businesses (WOSB), 3% of prime and subcontracts for HUBZone businesses, and 3% of prime and subcontracts for Service-Disabled Veteran-Owned Small Business (SDVOSB). The subcontracting plan is NOT required with this submittal. Point of Contact(s): Lt Caley Cyphers, Base Operations Contracts Manager, Phone (623) 856-7179 x260, Fax (623) 856-3438, Email caley.cyphers@luke.af.mil - Eric Hinsch, Contracting Officer, Phone (623) 856-9665, Fax (623) 856-3438, Email eric.hinsch@luke.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/Architectural_AE/listing.html)
 
Place of Performance
Address: Luke AFB, AZ 85309, Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN01891501-W 20090731/090730000814-a106bed177808b922031e160833c3e29 (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.