Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
MODIFICATION

C -- Architect Engineer Services Multiple Award IDIQ

Notice Date
2/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-10-R-0023
 
Archive Date
3/5/2010
 
Point of Contact
William Clearwater, Phone: 7193336572, Frank Padovich, Phone: 7193334054
 
E-Mail Address
william.clearwater@usafa.af.mil, Frank.Padovich@usafa.af.mil
(william.clearwater@usafa.af.mil, Frank.Padovich@usafa.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a SOURCES SOUGHT Notice for market research purposes only. Do not send proposals in response to this Notice. The Infrastructure Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested in performing multi-disciplined Architect Engineering (A-E) Services for the USAFA, Colorado and other military installations within 65 miles of the USAFA. The A-E firm(s) shall perform Title I, Title II, and Other A-E services to administer, coordinate, and technically support facility sustainment, restoration and modernization (SRM) and military construction (MILCON) programs for the USAFA. The planned North American Industry Classification System (NAICS) code is 541310 (Architectural Services) & 541330 (Engineering Services). The small business size standard is $4.5 million. The 10 CONS seeks input from all A-E firms interested in contracting for Architect-Engineer Services, especially SMALL BUSINESSES in the 8(a) program, HUB Zone, and Service-Disabled Veteran-Owned (SDVO), with emphasis in Architectural Designs. This Sources Sought Notice shall not be construed as a formal solicitation or as an obligation on the part of the 10 CONS to acquire any products or services. Information provided to the 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) at a future date. The 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of the market research. Small Business (SB) Set-Aside Determination: The 10 CONS reserves the right to determine if a SB set-aside is appropriate as well as one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small business, based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A-E Services with emphasis on Architectural Designs. The A-E contract will cover up to a one (1) year base ordering period with four (4) one-year option(s) periods. Firm Fixed Price Task Orders will be negotiated and awarded for each specific project. The total order amount will not exceed $10,000,000.00 for the life of the contract. There is a minimum quantity guarantee of $5,000, which will be issued at contract award. Summary of Required Qualifications (Note: The description is a summary of the required qualifications and is not intended to be all-inclusive): The work includes all efforts necessary to manage and execute Title I, Title II, and Other A-E services for traditional A-E services for design and construction oversight supporting SRM and MILCON programs. The Project Manager must be a Registered Architect or Engineer licensed in the State of Colorado. Title I services, to include field/subsurface site investigations, studies and surveys as applicable, project design analysis, preparation of preliminary and final construction drawings, technical specifications, Comprehensive Interior Design packages that meet Unified Facility Criteria (UFC) 3-120-10, and construction cost /time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects. Services may be required for, but are not limited to, architectural, electrical, mechanical, civil, landscaping, interior design, structural, and environmental engineering, facility assessments, life safety upgrades, ADA handicap upgrades, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, and architectural and engineering studies, preliminary/concept designs, design development, construction specifications, Historic Preservation, Sustainable design, LEED certified, Academic facility planning, and construction estimates. These services also include those items normally furnished by an A-E in the actual preparation of the design documents (plans, drawings, estimates, specifications, submittal register etc.) and include visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities. Title II services include those items involving inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, attending meetings as required, evaluating, testing and approving product submittals and shop drawing; direct consultation as-built services, value engineering studies, peer review services, and preparation of construction contract modification requirements. Other A-E services include services that are design and construction related but is not connected with a specific construction project. Services consist of developing design criteria, fact finding studies, surveys, investigations and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; c. Date of business type certification and company's business size. d. Annual gross revenue; number of full-time employees by direct labor, indirect labor, and administrative/overhead positions. e. Company's primary source of business (commercial/private or Government sector); Provide responses not later than 4:00 pm Mountain Daylight Time on 18 February 2010. The 10th Contracting Squadron is under no obligation to consider information received after 4:00 pm, 18 February 2010, as part of the formal market research for this acquisition. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic (email or fax) response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Fax or email responses to Frank Padovich, Contract Specialist, fax: 719.333.6608, email: Frank.Padovich@usafa.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Qualifications (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with DFARS Part 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Register at http://www.ccr.gov, or call 1.888.CCR.2423. Any future information on this acquisition (statement of work, specifications, solicitation, etc) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Robert Reyes at 719.333.4561. Pursuant to AFFARS Part 5301.9102(c), Ms. Kelly Snyder is appointed as the USAFA Ombudsman. The USAF Ombudsman contact information is: 10 CONS/CD (Ms. Kelly Snyder), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719.333.2074, FAX 719.333.9018. Email Address: Kelly.Snyder@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-10-R-0023/listing.html)
 
Place of Performance
Address: USAF Academy and other military locations with 65 miles., USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02059262-W 20100207/100205235210-53c1adf2849701d4c13060b55771fa7a (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.