Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

C -- WPAFB- Architect and Engineering (Civil/Structural) Services

Notice Date
1/7/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0020
 
Point of Contact
Stewart F. Meeker, Phone: 9375224554, Peter L. Regan, Phone: 9375224563
 
E-Mail Address
stewart.meeker@wpafb.af.mil, peter.regan@wpafb.af.mil
(stewart.meeker@wpafb.af.mil, peter.regan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE ARCHITECT & ENGINEERING SERVICES: Project 10-1003 Indefinite Delivery Contract for FY 10-15 Civil/Structural Projects at Wright-Patterson Air Force Base, Ohio. The scope of the projects will include site visits and investigations, design and economic analysis, construction drawings and specifications, survey of facilities for asbestos containing materials and lead coatings including sampling, testing and abatement design, detailed cost estimates and a bidding schedule for each project. The Architect-Engineer (A-E) shall be required to produce design documents in both electronic and hard copy format; drawings shall be in Microstation (dgn and pdf) formats, construction specifications shall be in conformance with the Unified Facility Guide Specifications (UFGS) using SpecsIntact (in both Word and pdf formats). Use of 3D applications may be required. Multiple awards may be made for this project. The significant evaluation factors to be used in the selection process are as follows: (1) Specialized Experience in designing projects of a multidiscipline effort i.e., alteration and repair of buildings and structures, HVAC systems and renovation and repair of miscellaneous utilities; (2) Professional Qualifications of the staff to be assigned to this project in the architectural, electrical, civil/structural, environmental and mechanical disciplines; (3) Professional Capacity of the A-E firm to accomplish the work within the anticipated schedule; (4) Past Performance of the A-E firm with respect to the execution of DOD and other contracts; (5) Location of the A-E firm in the general geographic area as site visits and Government - A/E firm interaction will be required; (6) Volume of work previously awarded to the A-E firm by DOD with the object of effecting an equitable distribution of DOD contracts among qualified A-E firms; and (7) Project Manager's qualification and experience in the assigned projects under this contract. Performance period will be 365 days from contract award date, with four one-year options. Depending on Government needs and the number of contracts awarded, depending on the selected firms' capabilities, individual delivery orders will not exceed $1,500,000.00 and the cumulative amounts for all delivery orders in a year will not exceed $2,500,000.00, with a five-year maximum of $12,000,000.00. A minimum of $10,000 in fees will be guaranteed to the A-E firm over the life of the contract including any exercised options. If acceptable packages are received from 8(a) or HUBZONE firms, the government reserves the right to do an 8(a) Set Aside or placement with a HUBZONE contractor. A-E firms desiring consideration should submit two (2) copies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II. Limit your SF 330 along with supporting data to a total package of not more than 45 pages (including cover page and section dividers). Pages in excess of this maximum limit will not be evaluated by the selection board. Responses received by 9 February 2010, 1400 (Eastern) will be considered. Multiple contracts may be awarded from this advertisement. This is not a request for proposal. Please mark your mailing/delivery envelopes with the Project Number "10-1003." Submittals shall be addressed to the attention of Mr. Stewart Meeker, 88 CONS/PKJ, Building 1, Suite 3, 1940 Allbrook Drive, Wright-Patterson AFB, OH 45433-5309, Telephone: (937) 522-4554. POSTED 7 January 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0020/listing.html)
 
Place of Performance
Address: Bldg 1, Rm 111, 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45424-5309, United States
Zip Code: 45424-5309
 
Record
SN02037656-W 20100109/100108000227-59831a6f203f840cc32d8455551b3ad5 (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.