Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
MODIFICATION

C -- MULTIPLE IDIQ CONTRACTS FOR ENVIRONMENTAL PLANNING, PROGRAMMING, AND ARCHITECT-ENGINEER SERVICES (EP2AE) - EP2AE - Official Notice 13 Jan 10

Notice Date
1/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, HQ AFSOC/AK7Q - Hurlburt, 427 Cody Avenue, Hurlburt Field, Florida, 32544-5434, United States
 
ZIP Code
32544-5434
 
Solicitation Number
FA0021-10-R-0001
 
Point of Contact
Judith F Smith, Phone: (850) 884-2474
 
E-Mail Address
judith.smith@hurlburt.af.mil
(judith.smith@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
EP2AE - Official Notice 13 Jan 10 This Sources Sought (SS) / Request for Information (RFI) advertisement replaces SS/RFI notice FA0021-09-R-0002 - Base Comprehensive Planning, Programming, and Environmental Planning, posted November 25, 2008. Notice FA0021-09-R-0002 will be canceled. I. GENERAL INFORMATION a. Purpose of this SS/RFI Advertisement (1) The purpose of this notice is to advertise this requirement "unrestricted." This is not a solicitation. SB teaming; and/or Large Business (LB) subcontracting/teaming with SB(s) is acceptable; however, proven successful past performance "as a team" (either SB teaming with SB; or LB subcontracting or teaming with SB) working with the same firms/members on similar Air Force projects of similar scope and magnitude is required. Newly formed SB teams, or LB subcontracting or teaming with SB, without proven successful past performance on similar Air Force projects will not receive the same capability ratings as SB teams, or LB subcontracting or teaming with SB with proven successful past performance. Teaming arrangements shall be in compliance with applicable regulations. (2) This SS/RFI is "unrestricted" because the SS/RFI posted Oct 09 did not generate an adequate number of qualified SBs. Response to this SS/RFI is strictly voluntary; however, qualified LBs and SBs interested in being considered for possible contract award "are" required to respond to this advertisement. (3) This agency anticipates selection of up to six (6) of the most "highly" qualified firms to receive a Request for Proposal (RFP). Procedures identified in The Brooks Act; Federal Acquisition Regulation (FAR) Subpart 36.6; Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6; and other applicable FAR and DFARS subparts for award of Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for Architect-Engineer (A-E) Services will follow. (4) Of the six (6) most "highly" qualified firms responding to the RFP (issued only to the six most highly qualified firms), this agency anticipates award of up to four (4) IDIQ contracts... b. Small Business Participation Response to this SS/RFI is strictly voluntary; however, "qualified" SBs interested in being considered for possible contract award "are required" to respond to this advertisement. c. Large Business Participation Response to this SS/RFI is strictly voluntary; however, qualified LBs interested in being considered for possible contract award "are required" to respond to this advertisement. ***Special Notice: LBs ranked as one of the six (6) most highly qualified firms shall be required to submit a SB subcontracting plan as part of their proposal in response to the RFP. SB firm(s) identified as a team member or subcontractor in the LB's SF 330 submission shall be the same SB(s) identified in the firm's SB subcontracting plan. SB subcontracting plans will be an evaluated area. *** d. Government Notice Response to this SS/RFI advertisement is strictly voluntary. This advertisement does not constitute a commitment, implied or otherwise, that a procurement action will occur. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of firms voluntarily submitting requested information in response to this SS/RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information submitted in response to this notice will be safeguarded in accordance with applicable Government regulations. II. ADVERTISEMENT HEADQUARTERS AIR FORCE SPECIAL OPERATIONS COMMAND (HQ AFSOC) at Hurlburt Field, Florida, is seeking responses from interested firms qualified to perform services for Environmental Planning, Programming, and Architect-Engineer Services (EP2AE). a. Location Services will be performed in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). CONUS locations include Florida, Georgia, New Mexico, North Carolina, Pennsylvania, and Washington. The majority of the CONUS work is expected to occur in Florida and New Mexico. OCONUS locations include Japan and the United Kingdom. b. Scope of Services The three (3) primary task areas and requirements for each are: (1) Environmental Planning (a) Environmental Impact Analysis Process (EIAP) including: Preparation of Descriptions of Proposed Actions and Alternatives (DOPAA); Environmental Assessments (EA) and Findings Of No Significant Impacts (FONSI); Environmental Impact Statements (EIS) and Records of Decision (ROD); Overseas Environmental Reviews; and Socioeconomic Impacts Analysis Studies as defined in 32CFR, Part 989. (b) Base Comprehensive Planning as defined in AFI 32-7062 includes: Air traffic and airspace analysis; airfield and airspace obstruction analysis; base capacity analysis, studies, and reports; base comprehensive plans (including General Plans and area development plans); land use planning and analysis, permits and site access agreements; project environmental and land use plans; sustainability planning and program management; transportation planning and analysis; and site, utility, facility planning studies. (c) Force Protection analysis, studies, reports and conceptual plans. (d) Information Technology includes: Computer-aided design and drafting support; database and system development, performance, and recording; environmental information management systems; and GeoBase (Geographic Information System (GIS) type services). (e) Natural and Cultural Resources includes: Cultural resources analysis and studies; Integrated Natural Resources Management Plans: aquatic resources analysis, studies and reports; Coastal Zone Management Plans; and threatened and endangered species/species of special concern analysis, studies and reports. (f) Noise Management includes: Air Installation Compatible Use Zone (AICUZ) studies. (2) Programming (a) User Requirements Documents include: Project management plans, data collection/ interviews, project definitions, site visit/surveys, user surveys, project descriptions, drawings, space analysis, DD Firm 1391 development and cost estimates. (b) Planning Actions includes: Review of available documentation and development of criteria to prioritize requirements, analyze projected projects, provide execution options, and accomplish other similar recommendations. (c) Program management integration includes: Development, presentation, and publication of the installation and headquarters / command level planning, programming and budgeting submissions in support of the military's force structure, associated installation programs, and related projects. (d) Programming Actions include the preparation and submission of all documents necessary to acquire the authority and resources to accomplish the installation and headquarters capital improvement program. (3) Architect-Engineer Services (Traditional Title 1 Services) (a) Pre-design planning support includes; Findings and recommendations reports; AF Form 332 (Work Order Request) and DD Form 1391 (Programming Document) preparation as required. (b) Phased Design Requirements include design services, including but not limited to, designs, specifications, conceptual plans, renderings, construction estimates, bid support, and submittal support. Utilize professional design practices to provide conceptual, intermediate, advanced final and final design phases, preliminary documents, record drawings, constructability review certification, finishes and finish schedules, and color renderings. (c) Preparation of project cost profiles include: Design within the construction cost limits; preparation of preliminary, successive, and final cost estimates. (d) Project support includes: Preparation of bid schedules, bid-openings, addenda, changes orders and related cost estimates. (e) Comprehensive Interior Design includes: Designing, selecting, and developing the loose interior building materials, finishes, special effects, and furnishings for an integrated visual design theme. c. Type of Contract The Government anticipates award of up to four (4) IDIQ prime contracts to the most highly qualified firms to perform required services. Prime contracts will contain Firm-Fixed-Price, Time-and-Material, Labor-Hour, and Cost-Reimbursable Contract Line Items (CLINs). TO contract type is negotiable; however, it is anticipated most TOs will have firm-fixed-priced labor with cost-reimbursable line items, as required. Travel expenses will be pre-approved by the Government and cost-reimbursable. d. Cost Range, Limitations, and General Information (1) Maximum contract guarantee for each IDIQ contract is $50K. (2) Cumulative ceiling price for all IDIQ contracts shall not exceed $25M. Ceiling price includes all TOs awarded against all IDIQ contracts. (3) Anticipated minimum TO awards is $25K. (4) Anticipated maximum TO awards are as follows: (a) Environmental Planning - $1.5M (b) Programming - $1.5M (c) A-E Services - $1M (5) Maximum Fully Burdened Labor Rates (FBLRs) for each labor category shall be negotiated and fixed for the 5-year contract period. Travel shall be pre-approved by the Government and a cost-reimbursable expense. Other general cost information: (a) Up to six (6) of the most highly qualified firms will receive a Request for Proposal (RFP). The RFP will require firms to complete a cost proposal workbook prepared by the Government in Microsoft EXCEL. The cost workbook identifies required labor categories and requires input of "base rates" for each labor category and "indirect rates" used to calculate maximum FBLRs. (b) The Government will evaluate each maximum "base rate" and "indirect rates" applied to the "base rates" to calculate the "maximum" FBLR for each labor category for years 1 thru 5. "Base rates" and "indirect rates" will be determined fair and reasonable, or negotiated to a fair and reasonable price, prior to contract award. (c) Profit is negotiable; however, profit proposed in excess of 5% is consider reasonable for "high risk" requirements, and services required for this acquisition are not considered "high risk." (d) Requirement for payment of "maximum" FBLRs - The Government will pay "maximum" FBLRs only when contractor employees are paid the "maximum" base rate used to calculate the "maximum" FBLR. Reduced base rates paid to employees mandate reduced FBLRs proposed/billed to the Government. This requirement is mandated because "base rates" vary among employees performing the same services; therefore, FBLRs will vary commensurate with "base rates" paid to employees. Maximum FBLRs protect the contractor, and reduced FBLRs when applicable protect the Government from overpayment of profit. Example of FBLR maximum & reduced calculations: "Maximum" FBLR = $40.73 per hr Max Base Rate Awarded: $25.00 Fringe (20%) 5.00 OH (25%) 6.25 Subtotal #1 $36.25 G&A (7%) 2.54 Subtotal #2 $38.79 C.O.M 0 Profit/Fee (5%) 1.94 Max FBLR $40.73* Reduced FBLR = $35.03 per hr Base Rate Paid $21.50 Fringe (20%) 4.30 OH 5.38 Subtotal #1 $31.18 G&A 2.18 Subtotal #2 $33.36 C.O.M 0 Profit/Fee 1.67 Reduced FBLR $35.03* *Indirect rates remain constant (e) A nominal annual escalation rate may be applied and negotiated prior to award. The nominal escalation rate shall be based on historical averages. (f) Firms proposing/billing escalated FBLR each year shall pay employees the "escalated base rate" for the Government to pay the escalated rate. (g) Labor "vacancy credit" requirement - Labor "vacancy credits" shall be provided to the Government when a Firm-Fixed-Priced "full-time" contractor employee position is required and the position becomes vacant during the performance period. The vacancy credit begins the first workday the position is vacant and ends when the position is filled with a equally or higher qualified employee. All personnel replacements shall be pre-approved by the Government to ensure their qualification and experience are equal to or higher than the individual they are replacing. (h) An additional G&A expense may not be applied to travel and material expenses on this acquisition. G&A fees are paid in the FBLR calculation. e. Period of Performance (1) Prime Contract - Period of performance is 5-years from date of award. No options shall be included. (2) TOs - Period of performance shall vary depending on the project. TOs requiring more than 12-months to complete will include options. f. Selection Procedures Prime contract and TO awards will be made in accordance with selection procedures provided in The Brooks Act and applicable FAR and DFARS subparts referenced in Section I (a)(3) above. g. Significant Evaluation Factors Firms shall be evaluated in terms of - (1) Professional Qualifications - Qualified firms shall possess professional qualifications necessary for satisfactory performance of required services in all three task areas: (a) Environmental Planning (Environmental Impact Analysis Process and Base Comprehensive Planning), (b) Programming, and (c) Architect-Engineer Services. Primary technical services shall be performed by the Prime Contractor's "in-house" personnel who are credentialed members of architectural, science and engineering professions. The Prime Contractor may subcontract portions of the requirement to a credentialed professional (licensed to practice within the State where the task is to be performed) provided the Prime Contractor's Project Manager (PM) is a credentialed professional with the necessary expertise, in terms of knowledge and experience, to undertake the specified task (but is not licensed to practice within the State where the task is to be performed). Therefore, qualified firms must employ professionally qualified, experienced employees with a work history within the three (3) task areas who are professionally credentialed architects and/or engineers, certified planners (American Institute of Certified Planners), and Registered Environmental Managers (REM). (2) Specialized Experience and Technical Competence - Firms shall possess specialized experience and technically competence in the three (3) task areas, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity - Qualified firms shall have the capacity to accomplish the work in the required time; (4) Past Performance - The prime contractor and/or team members/subcontractors (as applicable) shall have recent (within 3-yrs), relevant, successful past performance on similar projects in all three (3) task areas performed for the Air Force, other Government agencies, and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location - A firms location in the general geographical area of the project and knowledge of the locality of the project is a plus; provided application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and *** IMPORTANT NOTICE: Responses provided on the Questionnaire will be "cross-referenced" with proposal submitted by the six (6) most highly qualified firms selected to receive an RFP; therefore, ensure your responses on the Questionnaire are accurate and will match your proposal. Questionnaire responses that do not match subsequent proposal submitted in response to the RFP will "DISQUALIFY" your firm from possible contract award as Questionnaire responses are "part" of the evaluation criteria used to rank the six (6) most highly qualified firms. *** III. SUBMISSION REQUIREMENTS a. Submit original, five (5) copies, and a CD (containing the entire package) of the following documents: (1) Market Research Questionnaire (MRQ). Complete the MRQ by selecting responses from the "drop-down menu" or "typing in" your response. When "drop-down menus" are provided, a response must be selected from responses provided; (2) SF 330 Part II ; (3) SF 330 Part I identified as either: (a) Atch 1 - for response to MRQ item 2.2; or (b) Atch 2 - for response to MRQ item 2.3; and (4) Company Benefits identified as Atch 3 to the MRQ. b. Comply with page limitations identified in the MRQ for attachments. Information provided in excess of the page limitations shall not be reviewed. c. Do not submit cover letters, binders, elaborate coverings, spiral bound material, or company brochures/pamphlets, etc. Submit only what is requested on 8 ½ x 11" bond paper with a minimum of 10-pitch font. d. Submit documents listed in item "a" (above) tabbed and labeled as follows:: Section I Market Research Questionnaire Section II SF 330 Part I, A - C Section III SF 330 Part I, D - Organization Chart Section IV SF 330 Part I, E - Resumes Section V SF 330 Part I, F - Projects (MRQ 2.2, Atch 1) Section VI SF 330 Part I, F - Consultant Projects (MRQ 2.3, Atch 2) Section VII SF 330 Part I, G Section VIII SF 330 Part I, H Section IX SF 330 Part II Section X Benefits (MRQ, 6.4 - Atch 3) Section XI CD (Include one CD in "Original" folder only) e. Submit original and each copy in an individual 8 ½ x 11" "straight cut top tab" standard manila file folder. A total of six (6) folders shall be submitted; one for the "original" documents, and one folder for "each copy." f. Label "straight cut top tab" standard manila file folders across the back top tab so information is clearly visible when the folders are stored in a file cabinet. Label folders as follows: Left Label : Company Name POC Phone / Fax No. Address City, State, Zip Right Label : (Original or Copy #1 or Copy #4) Business Classification Sample Labels: (Left Label) (Right Label) A-E Enterprises Corporation (Original) Mr. William Jones Large Business (850) 888-8888/Fax (850)999-9999 123 Spruce Street Shalimar, FL 32548 g. Mail response to: HQ AFSOC/A7KQ, Attn: Judith F. Smith, 427 Cody Ave, Bldg 90333, Hurlburt Field, FL 32544. IV. SUSPENSE To be determined. V. QUESTIONS (1) Submit "all" questions via e-mail to judith.smith@hurlburt.af.mil (a) E-mail "Subject" line shall read: "FA0021-10-R-0001 - EP2AE Sources Sought (Question)" (b) E-mails with a different subject line may not be recognized as a question to this sources sought advertisement. (c) All questions & responses will be posted on FedBizOpps for review of interested firms. (2) No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/HQAFSOCPKMZ/FA0021-10-R-0001/listing.html)
 
Place of Performance
Address: CONUS locations include Florida, Georgia, New Mexico, North Carolina, Pennsylvania, and Washington. The majority of the CONUS work is expected to occur in Florida and New Mexico. OCONUS locations include Japan and the United Kingdom., United States
 
Record
SN02040927-W 20100115/100113234412-b9bbfe7c2c2d3877ab06c6cf3bd1f295 (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.