Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

C -- Electrical Mechanical Architect & Engineering Services

Notice Date
8/5/2009
 
Notice Type
Presolicitation
 
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
FA4887FY10ElectricalMechanical
 
Archive Date
10/6/2009
 
Point of Contact
Joshua Wolery, Phone: 6238567179272, Eric Hinsch, Phone: 623-856-9665
 
E-Mail Address
joshua.wolery1@luke.af.mil, eric.hinsch@luke.af.mil
(joshua.wolery1@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) Mechanical Electrical services under an open end contract. The major Mechanical Electrical specialties are air-conditioning, heating, and ventilating systems; electrical systems; communications systems; plumbing; thermodynamics, drafting, alternative energy, computer aided design, HVAC (Heating, Ventilation, and Air-Conditioning), piping, heat exchangers, heat sinks, radiators, refrigeration, insulation, and others. Work must comply with building codes, life safety, environmental law, Flash hazard analysis, short circuit analysis, protective device coordination, harmonic surveys, motor starting, load flow, grounding, comprehensive safety audits, computerized relay test procedures, condition based maintenance program development, training in areas of electrical safety, system operations, maintenance and testing. Arc-Flash hazard analysis and mitigation, short circuit analysis, overcurrent Protective device coordination analysis, load flow analysis, Electrical one-line diagrams development, As-Built analysis. In developing designs, follow building codes, zoning laws, fire regulations, and other ordinances, such as those requiring easy access by disabled persons.. 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 architectural and civil 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. 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. The Selected firm must be capable of completing a background investigation through Base Security Police to obtain access to Government Facilities. 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 A-E using AutoCAD, current Version, shall electronically generate the end products in accordance with base standards. Specifications shall be developed using the Base Master Specifications,edited on Microsoft Word and converted to the New Construction Specifications Institute (CSI) 48 division format and related submittal list of equipment. 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, 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 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. The selection will be conducted with the use of SF 330. Responses must be received before 4:00 pm MST 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 should be sent to the 56th Contracting Squadron, Attn: 2d Lt Joshua Wolery, 14100 W Eagle Street, Luke AFB, AZ 85309-1217. Point of Contact(s): 2d Lt Joshua Wolery, Base Operations Contracts Manager, Phone (623) 856-7179 x272, Fax (623) 856-3438, E-mail joshua.wolery1@luke.af.mil - Eric Hinsch, Contracting Officer, Phone (623) 856-9665, Fax (623) 856-3438, E-mail eric.hinsch@luke.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887FY10ElectricalMechanical/listing.html)
 
Place of Performance
Address: Luke AFB, Arizona, 85309-1217, United States
Zip Code: 85309-1217
 
Record
SN01899782-W 20090807/090806000322-ee45a33901f9f325f3f9b93afa11c5d7 (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.