Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOURCES SOUGHT

C -- A&E Construction IDIQ - Attachments 1&2

Notice Date
4/26/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-11-R-0007
 
Point of Contact
Terry W. Hester, Phone: 660-687-5488, James D McCoy, Phone: 660-687-5435
 
E-Mail Address
terry.hester@whiteman.af.mil, james.mccoy@whiteman.af.mil
(terry.hester@whiteman.af.mil, james.mccoy@whiteman.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - SF330 Attachment 1 - Statement of Work THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT ONLY. 1. OVERVIEW: (a) Architect/Engineer (A/E) services are required for an indefinite delivery, indefinite quantity (IDIQ) contract. Whiteman AFB, MO is seeking qualified firms to provide architectural and multi-disciplined engineering services involving the study, design and preparation of request for proposal documents for repairs, alterations, and/or new construction of commercial, industrial and residential facilities, utilities, pavements and other infrastructure at Whiteman AFB, MO. The contract duration will be one year from the date of contract award with four (4) additional one-year option periods. There will be no future synopsis in the event the options included in the contract are exercised. The contract will have a maximum limit of $7,500,000 for the life of the contract. Individual delivery orders shall not exceed $499,000 unless mutually agreed to by both parties. The estimated starting date is August 2011. A minimum of $2,000 in fees paid is guaranteed for the base period of performance. No specific minimum amount is guaranteed in any of the option years. Task orders issued against the IDIQ contract will be firm fixed price. Please see attached SOW for informational purposes. The estimated construction cost range for projects under this contract is between $100,000 and $8,000,000. It is anticipated that the majority of the projects will range between $400,000 and $4,000,000 in construction cost. (b) This solicitation is unrestricted. NAICS code 541330. A request for proposal leading to a contract will be issued to and negotiated with one or more of the most qualified firms. The Government reserves the right to award more than one contract for A/E services to those who respond to this notice. All contractors MUST be registered in the Central Contractor Registration database and ORCA database or their A/E firm will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) and ORCA registration at web site http://www.ccr.gov/ and http://orca.bpn.gov/. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Site visits will not be arranged during the advertisement period. (c) The work requires A/E services necessary for the preparation of plans using the latest release of AutoCAD (or compatible version); specifications using the Unified Federal Guide Specifications and cost estimates using R.S. Means cost data and Design Build Requests For Proposal (RFPs). Construction delivery strategy is normally design-bid-build. In addition to services related to design, the following services may be required during the life of the contract: technical reports, studies, planning, surveys, investigations, economic analysis, review of shop drawings, review of contractor submittals, collateral equipment lists, construction consultation, construction inspection services, Title II inspection services, construction record drawing services, and other A/E work in support of design and construction. The projects associated with this contract shall involve any combination of architectural, civil, structural, mechanical, electrical and fire protection engineering disciplines. Projects may also involve landscape design, interior design, cost estimating, Geographic Information System (GIS) services and antiterrorism/physical security engineering services. The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible, but highly unlikely. 2. EVALUATION CRITERIA: (a) The Government intends on evaluating firms who respond to this notice using the procedures set out in FAR 36.6, DFARS 236.6 and AFI 32-1023. These procedures include an initial evaluation board to identify firms that have a reasonable chance of being considered as most qualified followed by a second evaluation board to identify the top four rated firms. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A/E firms: (b) PROFESSIONAL QUALIFICATIONS: i. Technical competence of individual design team members to design similar repair, alteration, and new construction projects. ii. Knowledge of multi-discipline design projects through recent design experience. iii. Knowledge of Department of Defense design criteria through recent design experience, with knowledge of Air Force design criteria being preferred. iv. Professional registration of each discipline's lead engineer. It is preferred that key personnel hold current professional registration in Missouri. v. An engineer registered in the discipline of fire protection with at least 5 years of fire protection experience. vi. Knowledge and application of the minimum DOD Antiterrorism Standards for Buildings. vii. Knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design. It is preferred that key personnel hold current LEED certification. viii. The Architectural discipline shall have experience in the following areas: demolition, asbestos abatement, lead assessment and abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, architectural programming, graphic presentation, physical planning and antiterrorism and physical security requirements. ix. The Civil discipline shall have experience in the following areas: demolition, site preparation, industrial and sanitary wastewater collection and treatment systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, storm drainage systems, geotechnical studies/testing and associated work, earthwork, roads, parking lots, fencing, playgrounds, topographic and boundary surveying and airfield design. x. The Structural discipline shall have experience in the following areas: building cladding and framing systems, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manholes utility support systems and other related facilities, geotechnical studies/testing and associated work and airfield maintenance facility design. xi. The Mechanical discipline shall have experience in the following areas: heating, ventilation and air conditioning systems, industrial ventilation, demolition, energy analysis, control systems, steam and hot water boilers and converters, chilled and hot water distribution, compressed air and vacuum systems, engine generator installations, geothermal systems and other related mechanical systems. xii. The Electrical discipline shall have experience in the following areas: interior and exterior electrical distribution systems, transformers, substations, voice and data communication systems, fire protection systems, mass notification systems, exterior lighting systems, intrusion detection and alarm systems, electrical generation plants, airfield lighting and other related work. xiii. The Fire Protection discipline shall have experience in the following areas: fire suppression systems, fire protection systems and mass notification systems. xiv. The A/E firm (or a consultant for the firm) shall have the capability to prepare data for direct incorporation into the GeoBase geographic information system maintained at Whiteman AFB, MO. xv. Each discipline shall have experience in incorporating the Department of Defense (DOD) Antiterrorism Standards for Buildings into design and construction packages. (c) SPECIALIZED EXPERIENCE: i. Recent multi-discipline experience of the proposed design team, including consultants, in designing repair, alteration and new construction projects to Department of Defense criteria. ii. Experience in comprehensive interior design and space planning. (d) PERFORMANCE: i. Recent past performance on contracts with DOD and private industry with respect to cost control, quality of work and compliance with performance schedules. Recent past performance on DOD contracts is preferred to private industry. ii. Incorporation and use of design Quality Control/Quality Assurance processes to assure fully coordinated, technically accurate plans, specifications, cost estimates and RFP documents. (e) CAPACITY: i. Ability to accomplish multiple projects simultaneously and within established time limits. ii. Ability to sustain the loss of key personnel while accomplishing work within required time limits. (f) LOCATION: i. Knowledge of probable site conditions and local requirements which can affect projects. ii. Knowledge of the local permitting processes and the ability to obtain required permits. iii. Geographic location of key personnel to ensure timely response to requests for on-site support. iv. Interested firms must be located within 100 miles driving distance of Whiteman AFB, MO. (g) VOLUME OF DOD WORK: i. Firms will be evaluated on the volume of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of contracts among qualified A/E firms. 3. STANDARD FORM 330: Firms meeting the requirements listed in this announcement are invited to submit one copy of a completed SF 330, Architect-Engineer Qualifications. (Attachment 2) Interested firms are also requested to include on SF 330 in Block 30 of Part I, Section H, why your firm is specially qualified based on the selection evaluation criteria. A/E firms shall respond directly to each of the selection criteria shown above. Also, use Block 30 to provide additional information desired by your firm. Only the SF 330 will be reviewed. Experiences identified in Part I, Section F should not be more than 5 years old. The A/E firm's primary person proposed to be the direct day-to-day contact with Whiteman AFB throughout the contract work must be identified as the "Project Manager" in Block 13 of Part I, Section E. A page limit is set at 50 total pages each, exclusive of indexing tabs, project photos or drawings with brief captions; shall include in the 50-page count resumes, Part II and examples of projects. Any full sheet/page that is of pictures or drawings with text related to description (labeling) of the pictures or drawings is not counted in the 50 total pages limitation. A hard copy of the SF 330 must be to the office indicated below no later than 26 May 2011 at 2 pm CST. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT ONLY. 5. Contracting Office Address: Department of the Air Force, Air Force Global Strike Command, 509th CONS, 727 Second St. Ste 124A Whiteman AFB, MO, 65305. Place of Performance: 727 Second St. Ste 124A Whiteman AFB, MO, 65305. Point of Contact(s): TSgt Terry Hester; (660) 687-5488; terry.hester@whiteman.af.mil James McCoy; (660) 687-5435; james.mccoy@whiteman.af.mil Att 1 - SOW dated 19 April 2011 Att 2 - SF 330
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3bd6adfe0fc01f9c1996684a3f799e5)
 
Place of Performance
Address: Whiteman Air Force Base, Missouri, Whiteman Air Force Base, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02433318-W 20110428/110426234433-f3bd6adfe0fc01f9c1996684a3f799e5 (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.