Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

C -- Infrastructure Contract for Architectural and Engineering Services (ICAS)

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-10-R-0006A
 
Archive Date
11/30/2010
 
Point of Contact
Hatasha T. Hanley, Phone: 7572257763, Stephanie A. Fringer, Phone: 7572257717
 
E-Mail Address
hatasha.gibson@langley.af.mil, stephanie.fringer@langley.af.mil
(hatasha.gibson@langley.af.mil, stephanie.fringer@langley.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
DESCRIPTION: NAICS 541330 (Engineering Services) applies to this acquisition, with a size standard of $4.5M. Air Combat Command, Langley AFB, VA desires to contract with Architect-Engineer (A&E) firms to perform Title I-A, Title I-B, Title II and other A&E services (expected to be a high focus area) for a broad range of specialized, highly technical, engineering projects and studies of interest to Air Combat Command installations and sites. Projects may involve an individual discipline or a combination of architectural, civil, structural, electrical, mechanical, or other engineering services. The A-E is expected to have the capability to perform 60% or more of the contracted services for facilities and infrastructure projects using in-house personnel. The resulting contracts are the follow-on to the existing A&E services contracts. A&E selection procedures will be used to competitively award four (4) Indefinite Delivery Indefinite Quantity, Firm Fixed Price, type contracts. The period of performance will cover a one-year basic ordering period with four one-year option periods for each. The estimated program ceiling for all contracts awarded under this announcement is $50M ($12.5M per contract). There will be no individual task order amount limitation within the ceiling. The minimum order amount guarantee for each contract awarded is $50,000 and is only guaranteed over the basic period of the contract. It is the Governments intent to have three (3) of the contracts as full and open competition and one (1) total small business set aside. All responses are requested to indicate if they are a small business, small disadvantaged business, 8(a) concern, women-owned small business, veteran owned, service disabled veteran owned or HUBZone small business. Each contractor must clearly state the choice of competition (full and open or small business) in the SF 330, Part II, 5a block. Each proposal shall be evaluated only one time. If no declaration is present, the submittal shall be evaluated under the full and open competition only. Each contractor shall receive a maximum of one prime contract award. Each ID/I Q contract will have an ordering period of 5 years (2011-2014). Individual task order performance per FAR 52.216-22 may extend 36 months beyond the ordering period (2017). Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for potential award (www.ccr.gov). Title I-A services include all activities to support and generate required document submittals for Investigation Reports and Preliminary Cost Estimate. The Investigation Report must include documentation of specific requirements, the A&E options and solutions, and the result of the pre-design planning and investigation. The Preliminary Cost Estimate is based upon the completed investigation and pre-design planning and must cover all labor, materials, equipment, tests, and other expenses required for construction of the project. Title I-B services include performing all activities to support and generate required document submittals for Design Analysis, Contract Drawings, Contract Specifications, Construction Cost Estimate, Color Boards, Schedule of Material Submittals, and Bid Schedule. Title II services include, but are not limited to, performing all activities to support and generate required document submittals related to construction (Submittal Review Comments, Construction Inspection Record, Weekly Construction Summary, and As-Built Drawings). Other A&E services include, but are not limited to, establishing general design criteria; conducting fact-finding engineering studies, surveys, inspections, testing and investigations; facility siting studies; area development plans, system analysis and solutions to unique engineering problems which may arise; troubleshooting unique system problems; providing engineering evaluations, studies, and solutions; developing infrastructure assessment and analysis models; conducting facility and infrastructure condition assessments and facility energy assessments; providing energy consultation and energy awareness services; developing facility, infrastructure and other projects to include energy reduction and renewable energy projects, aircraft arresting system projects; environmental projects involving prevention and compliance; and providing technical training related to facilities, infrastructure and energy management. Selection of the A&E firms for these contracts will be based on the following five evaluation factors that are listed in priority order of importance: (1) Specialized Experience. List only current projects or projects completed in the past three years. Experience on DOD contracts will be given more weight than experience on non-DOD contracts. Specific project experience will be evaluated for ability to support the following requirements: a. Infrastructure and Facilities Studies: Investigation of Pavement Defects and Deficiencies, Airfield Pavements Surface Effects Testing, Pavement Conditions Surveys (Airfield, Streets, and Parking Lots), Airfield Pavements Evaluation, Airfield Mission Change Impact Studies, Pavement Drainage Studies, Aircraft Refueling Systems (Dispensing and Storage) Studies, Railroad Maintenance, Repair and Re-Construction Studies, Base Roofing Surveys, Roof Maintenance Inspections, Bridge Surveys and Studies, Dam Surveys and Studies, Electrical Distribution Studies, Fire Protection System Evaluations, Life Safety Studies, Fire Hazards Analysis, Water Pressure/Flow Analysis, Water and Wastewater Treatment Studies, Water Supply and Conservation Studies, Inflow/Infiltration Studies for Wastewater Collection Systems, Infrastructure Modeling and Analysis Studies, Cathodic Protection System Evaluation and Troubleshooting Studies, Facility Siting Studies, Building HVAC Commissioning and Retro-Commissioning Services, Facility HVAC System Surveys and Evaluations, Indoor Air Quality Surveys, Facility Mold Studies, Facility Energy Assessments, Energy Reduction and Renewable Energy Studies, Utility Privatization Studies, Energy and Sustainable Design Evaluations, Energy Consultation and Awareness Services, and Asbestos and Lead-Based Paint Testing and Abatement Studies. b. Design of commercial and industrial infrastructure and facilities upgrades, repairs, renovations, and new construction: Design of Facilities, Design of Infrastructure Systems, Design of Pavements, Design of DoD Aircraft Arresting Systems, Design of Cathodic Protection Systems. c. Construction Inspection and Oversight: General, DoD Aircraft Arresting Systems, Cathodic Protection Systems. d. Project Cost Estimating: DoD Facilities and Infrastructure, Vertical Facilities, Airfield Pavements, Utilities and Aircraft Fuels Distribution/Storage. e. Training: Training programs for various infrastructure areas such as Corrosion Control, Radio Fire Alarms, HVAC System Direct Digital Controls, HVAC System Retro-Commissioning Process (including system adjustments, required system maintenance), HVAC System Test and Balance, Roof Surveys, NFPA code, NEC code, American Petroleum Institute Tank Inspections, Industrial Water Treatment, Refrigerant Recovery and Management, etc. (2) Professional Qualifications. Professional qualifications, professional registration/certification and specialized experience of the prime firm members and consultants will be evaluated in the following disciplines: Project Manager, Architect, Civil, Structural, Electrical, Mechanical, Fire Protection, Geo-Technical, Corrosion, Industrial Hygienist, Landscape Architect, LEED-Certified Professional, Environmental, Certified Geo-Exchange Designer (Ground Source Heat Pumps), NEBB-Certified Professional (Retro-Commissioning), Planning Technician, Comprehensive Planner, Community Planner, Airfield Planner, Estimator, Specifications Writer, GIS Specialist, and CADD Operator. a. For each discipline, professionally-registered in-house staff will be given more weight than professionally- registered consultants and non-registered in-house staff will be given more weight than non-registered consultants. b. Professionally registered disciplines will be given more weight than non-registered disciplines. (3) Past Performance. Provide information indicating the prime firms and subcontractors performance during the past five (5) years, with respect to their execution of Air Force, other DOD, and non-DOD A-E contracts to include the accuracy of project cost estimates prior to advertisement compared to contract award amount. Performance on DOD contracts will be given more weight than performance on non-DOD contracts, and performance on Air Force contracts will be given more weight than performance on other DOD contracts. (4) Professional Capacity. Professional capacity to accomplish task orders in the time required during the entire contract period. A minimum of 60% of the design work, studies and related support for facilities, infrastructure and pavement projects to be performed in-house. Capability to accomplish 60% of design work for facilities, infrastructure and pavement projects requires having a minimum of one registered professional working in-house for three of the four disciplines: architect, mechanical, electrical, structural/civil. (5) Small Business Concerns. In accordance with FAR 19.1202-2, the extent of Small Disadvantaged Business (SDB) participation will be evaluated under this in the following areas: a. The extent to which SDB concerns are specifically identified. b. Past performance of the firm in complying with subcontracting plan goals associated with SDB concerns and monetary targets for SDB participation. c. The extent of participation with SDB concerns in terms of the value of the total acquisition. The evaluation board may interview firms who are slated. Information to be provided will be determined at the time the decision is made to hold interviews. Prospective firms shall submit four (4) copies of completed U.S. Government Standard Form 330 no later than 7 October 2010 to: ACC AMIC/PKA 11817 Canon Blvd. Ste. 306 Newport News, VA 23606 Firms are directed to keep the total page count of SF Form 330 submission to no more than 100 pages of text numbered consecutively from 1 to 100. SF Form 330 shall be submitted on no more than 50 sheets of paper. The submittal shall be formatted as follows: 8.5 x 11, minimum element font size 10, double sided, secured with plastic comb binding element, landscape format, head to foot layout. Any additional pages and/or other documents submitted will be destroyed without consideration. This is not a request for proposal. Please submit all questions and answers by 30 Sep 2010 at 12:00 pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-10-R-0006A/listing.html)
 
Place of Performance
Address: Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02275815-W 20100911/100910000817-391d59f8bd524c5542eef397954cc3ff (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.