Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOURCES SOUGHT

C -- Multi-Disciplined Open-End Architect-Engineer Contract (Electrical/Mechanical) for Niagara Falls Air Reserve Station, 914 Airlift Wing, Niagara Falls, NY

Notice Date
3/12/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
Reference-Number-RVKQ12MAR10
 
Archive Date
3/27/2010
 
Point of Contact
Bernita A. Kitchens, Phone: 716-236-2307, COLLEEN A POLLICK, Phone: 716-236-2213
 
E-Mail Address
bernita.kitchens@us.af.mil, colleen.pollick@niagarafalls.af.mil
(bernita.kitchens@us.af.mil, colleen.pollick@niagarafalls.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Multi-Disciplined Open-End Architect-Engineer Contract (Electrical/Mechanical) for maintenance, repair and minor construction projects (Title I Design); A-E Supervision and Inspection Services (Title II) & Other A-E services as set forth in AFI 32-1023 for commercial/industrial type facilities at Niagara Falls Air Reserve Station, 914 Airlift Wing, Niagara Falls, NY. Projects under this contract include renovations, repair, alteration and additions to existing buildings & facilities associated with those structures (water systems, utilities, parking areas, roadways, aircraft taxiways and aprons, etc). Demolition of some existing structures may be necessary and the demolition may involve removal & disposal of asbestos & lead-based paint. These projects will be designed using English and soft metric system of measurement. Disciplines that will be required to perform these services include architectural, structural, mechanical, electrical and civil engineers, designer, draftsperson, typist, surveyor & inspector. An Indefinite-Delivery-Indefinite Quantity (IDIQ) contract will be issued for one (1) basic year with a Government option of four (4) additional years. The IDIQ contract will have a not to exceed limit of $ 1,000,000. The maximum contract amount is not guaranteed. The guaranteed minimum for the contract is $10,000. Each individual delivery order issued under this IDIQ contract shall not exceed $299,000 in fees. The contractor is not required to accept delivery orders for less than $5,000. Delivery orders will be issued from time to time as the need arises during the contracting period. Construction cost ranges for these projects vary. This announcement is open to all businesses regardless of size. Firms must have capability for CADD services and be able to provide drawings and electronic data in vectorized Autocad format and "PDF" format compatible with Adobe Reader. The firm must also be able to provide specifications using the Unified Facilities Guide Specifications (UFGS) in Microsoft Word and "PDF" formats and construction cost estimates (CWE) in Microsoft Excel format structured the same as AF Form 3052. Firms shall also supply detailed backup data used in the preparation of the construction estimate. This backup shall cite references, sources, etc. The firms will be evaluated upon the following primary criteria. Criteria numbers one (1) and two (2) are of equal importance and the others are shown in descending order of importance: (1) Professional qualifications of personnel necessary for satisfactory performance of required services, including professional registration of members of the firm; (2) Specialized experience and technical competence including prescribing the use of recovered materials and achieving waste reduction, energy conservation & pollution prevention in design of projects; (3) Capacity for timely accomplishment of work; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and process for compliance with performance schedules. List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry for each contract; and (5) Location in the general geographic area of Niagara Falls, NY and knowledge of the locality, local environmental laws and regulations. The two (2) secondary factors for evaluation, which will only be used as "tie breakers" among technically equal firms, shown in descending order of importance are: (1) Volume of DoD work the candidate has done during the past 12 months; and (2) The extent to which potential offerors identify and commit to small business, small disadvantaged business, historically black college and university, women-owned business, Hubzone business, Veteran-Owned and Serviced-Disabled Veteran Owned Business with regard to subcontracting opportunities. This is not a request for proposal. Since this office does not maintain a file of SF 330, only those firms which submit SF 330s within 30 calendar days after the date of this announcement will be considered for selection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/Reference-Number-RVKQ12MAR10/listing.html)
 
Place of Performance
Address: 914 Airlift Wing, Niagara Falls ARS, Niagara Falls, New York, 14304-5000, United States
Zip Code: 14304-5000
 
Record
SN02091274-W 20100314/100312235838-f19258571933a6337a0880cbd094fdcf (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.