Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOLICITATION NOTICE

C -- Architect-Engineer Individual Project Shaw AFB - SF 330

Notice Date
4/11/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-11-Q-C002
 
Archive Date
5/26/2011
 
Point of Contact
Aaron M Adams, Phone: 803-895-9421, Carl A. Faison, Phone: 8038955359
 
E-Mail Address
aaron.adams@shaw.af.mil, carl.faison@shaw.af.mil
(aaron.adams@shaw.af.mil, carl.faison@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Standard Form (SF) 330, Architect-Engineer Qualification. All information relating to the firms qualifications must be contained in the Standard Form. The 20th Contracting Squadron is seeking a qualified Architect-Engineer (A-E) Service contractor for award of one individual AE contract for design, alterations, repair and maintenance/study of two projects at Shaw AFB, SC. The North American Industry Classification System (NAICS) Code is 541330. THIS REQUIREMENT IF FOR FULL AND OPEN COMPETITION. The required services shall include Title I Services (field surveys and investigations required to obtain design data, preparation of plans and specifications), Title II Services (supervision and inspection of construction, review of construction contractor submittals and shop drawings, preparation of as-built drawings) and Title III Services, which provide for the study or master planning of a project. These services are for a variety of projects that encompass various engineering disciplines, which will be identified in the attachment. It is estimated that this contract will be awarded on or about 1 September 2011. The selected contractor shall be awarded one firm fixed-price contract. A successful firm is expected to have significant capability to perform the contracted services using "in-house" personnel. Per Department of Defense policy, selection of the Engineering firm shall not be based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the satisfactory performance of the services required. Contract Negotiations After Selection of the Most Qualified Firm: IAW FAR 36.606(f), if a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract has been negotiated. If negotiations fail with all selected firms, the contracting officer shall refer the matter to the selection authority who, after consulting with the contracting officer as to why a contract cannot be negotiated, may direct the evaluation board to recommend additional firms in accordance with FAR 36.602. Firms are reminded that FAR 36.601-3(a), requires that perspective architect-engineers specify, in the construction design specifications, use of the maximum practical amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Where appropriate the engineer must consider energy conservation, pollution prevention, and waste reduction to the maximum extent practical. EVALUATION and SELECTION CRITERIA: Submissions of completed Standard Forms 330 (SF-330) received in response to this notice will be evaluated by a government selection board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firm. Recent (within the past 5 years), relevant performance in preparing projects valued between $100,000 and $1,000,000 may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. The primary factor for selection shall be the most qualified firm. The following is a detailed list of evaluation criteria. (1) Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract and any applicable outside consultants. Availability of experienced key personnel, and consultants, and the number of years the consultants have worked with the firm. (2) Specialized Experience: Technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; specialized experience and technical competence of the team proposed for this project (including outside consultants) in related design areas of renovation, alteration, upgrading and repair of commercial, industrial and housing facilities. The effectiveness of the proposed project team (management structure and coordination of disciplines, offices and/or subcontractors) is also considered. (3) Capacity: The firm's available capacity of key disciplines and experience with similar size projects is evaluated. This evaluation may be based upon the amount of other work currently being performed by the A-E and the overall size of the firm. (4) Past Performance: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. References and letters of commendation are also evaluated. 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 contact. Government databases shall also be used. (5) Location: Location in the general geographical area of the project and knowledge of the locality of the project; a 100-mile radius to Shaw Air Force Base located in Sumter, South Carolina is preferred. In selecting the most qualified firm, greater significance shall not be attributed to location. (6) Prior Work Experience: Prior work experience to include contracts performed for city government, state government, federal agencies and Shaw AFB if applicable. (7) CAD and Internet Capability: The firm's ability to produce engineering drawings on a CADD system and provide drawings to Shaw AFB that are fully compatible with Autodesk's AutoCAD computer assisted design and drafting software, version 2009 (or later). (8) Cost Control Effectiveness: Demonstrate knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area covered by this contract. This includes evaluation of a firm's ability to accurately project construction costs of project designs within established cost parameters. (9). Design Capability: This includes evaluation of a firm's description of their quality control processes and a description of the management approach the firm would use on the contract if they were the successful offeror. (10). Volume of Work: The firm's available capacity to handle work. This evaluation may be based upon the amount of other work currently being performed by the A-E and the overall size of the firm. A-E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Form (SF) 330, Architect-Engineer Qualification (required for this project). All information relating to the firms qualifications must be contained in the Standard Form. Inclusion by reference to other materials is not acceptable. The SF 330 is limited to 75 pages including information concerning the firms qualifications related to this specific contract. Respond by submitting two (2) copies of SF 330 which must be received no later than 4:30 PM EST, 11 May 2011. Firms desiring consideration shall submit appropriate data as described in this notice. This is not a request for proposal (RFP). Submittals shall be sent to: 20 CONS/LGCB, Attention Mr. Carl A. Faison or Aaron Adams, 321 Cullen Street Shaw Air Force Base, SC 29152. Point of Contacts: Mr. Aaron F. Adams, Contract Administrator, Phone 803-895-9421, Fax 803-895-5340, email: aaron.adams@shaw.af.mil or Mr. Carl A. Faison Contracting Officer, Phone (803) 895-5396, Fax 803-895-5340 email: carl.faison@shaw.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-11-Q-C002/listing.html)
 
Place of Performance
Address: Shaw AFB 29152, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02421962-W 20110413/110411234637-febc74e22e5cc23507f1ed404ff716db (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.