Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOURCES SOUGHT

C -- AFRC Command Wide A-E Services

Notice Date
8/4/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-09-R-0030
 
Archive Date
8/28/2009
 
Point of Contact
Jana P McNeal, Phone: 478-327-0587
 
E-Mail Address
jana.mcneal@afrc.af.mil
(jana.mcneal@afrc.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Reserve Command (AFRC), Robins AFB, GA is seeking information concerning the availability of capable contractors for a command-wide basis (the continental United States, Hawaii and Alaska), with the ability to perform under an Open-End Indefinite Delivery/Indefinite Quantity (IDIQ) Civil/Structural Architect/Engineer (A&E) contract with a basic period of one year with four one-year option periods for a total of five years. The Government is seeking interested firms that are experienced in A&E operations and design. This Request for Information (RFI) shall not be construed as a formal solicitation or as an obligation in 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 contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. 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 Government will award four contracts. Contractors must meet the responsibility factors in FAR 9.104-1 to satisfy this requirement. These projects will be accomplished through task orders written under an IDIQ Contract as the need arises during the contract period. The contracts will have a cumulative not to exceed limit of $50,000,000.00 for the life of the contracts. The maximum amount is not quarantined. A minimum of $10,000.00 in fees will be guaranteed to the A-E for the basic contract and for the options years, if exercised. The anticipated contracts, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on their ability to demonstrate competence and qualifications for all of the required work elements. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541310, Federal Supply Code: C211, Size Industry Code: 8712. The small business size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is classified as a Large Business. Comments and information on the following areas are requested: Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is classified as a Small business, Other than small business, Woman Owned business, Veteran Owned Small business, Service Disabled Veteran Owned Small business, SBA Certified Small Disadvantaged business, SBA Certified 8(a) Firm or SBA Certified HUBZone Firm. If the contracts are set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Contract award is estimated to be 01 Oct 2009. Summary of Work: 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) Contract Administration which includes 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. 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. All projects will be located at either an AFRC host base or an active duty base where we are a tenant. All firms interested in this announcement must be registered in the Central Contractor Registration (CCR) in order to receive a Federal contract award. To register, go to the CCR Internet address at http://www.ccr.gov. Failure to register may render the firm ineligible for award. Selection will be made on the basis of the following criteria which are listed in order of importance: a. Firm qualifications based on depth of the firms experience related to type and quantities of projects the firm and associates have been involved in the past. b. Professional qualifications necessary for satisfactory performance of required services based on education, training, project experience, and professional registration of key personnel. c. Specialized experience and technical competence in the type of work required. d. Capacity to accomplish the work based on the number of qualified personnel. e. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and other compliance with performance schedule. Past performance includes considering the firm's ability to accomplish projects within the required time or ahead of schedule. f. Location of the firm and it's associated within four general geographical areas (Northeast, Northwest, Southeast and Southwest). The purpose is to determine the firms knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project g. Volume of work previously awarded to the firm with the object of effecting an equitable distribution of DoD Architect-Engineer (A-E) contracts among qualified A-E firms including minority owned firms and firms that have not had prior DoD contracts. Participation by minority business enterprises is encouraged. h. Sustainable design experience based on the firm's demonstrating success in specifying the use of recovered materials in construction, and achieving waste reduction and energy efficiency in facility design. Consider if the firm or its associates have at least one Leadership in Energy and Environmental Design (LEED) Accredited Professional as defined by Green Building Council. Also consider LEED awards and ratings achieved by the firm and its associates. An electronic response is the accepted method to respond to this synopsis. Future information on this acquisition (Statement of Work (SOW), 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. All questions regarding this project or size status should be directed to the Contracting Officer, Jana McNeal, at (478) 327-0587, fax (478) 327-2210, email Jana.McNeal@afrc.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-09-R-0030/listing.html)
 
Place of Performance
Address: Multiple locations throughout the Air Force Reserve Command, United States
 
Record
SN01898550-W 20090806/090805000046-f24be8d375c3d8e759b14089d7669995 (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.