Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOURCES SOUGHT

C -- Multi-Disciplined Open-End Architect-Engineer Service Contracts for Niagara Falls Air Reserve Station, 914 Airlift Wing, Niagara Falls, NY

Notice Date
5/10/2011
 
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
RVKQ10MAY11
 
Archive Date
6/25/2011
 
Point of Contact
Bernita A. Kitchens, Phone: 716-236-2307
 
E-Mail Address
bernita.kitchens@us.af.mil
(bernita.kitchens@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Multi-Disciplined Open-End Architect-Engineer Service Contracts for maintenance, repair and minor construction projects (Title I Design); A-E Supervision and Inspection Services (Title II) and 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 major renovations, repair, alteration and additions to existing buildings and facilities associated with those structures (water systems, utilities, parking areas, roadways, aircraft taxiways and aprons, etc), interdisciplinary environmental investigations, studies, inspections, designs and related planning, engineering permit preparation. Specific task categories include: environmental impact process analysis (EIAP), hazardous waste materials management to include site inspections (RCRA or CERCLA) and remedial investigations, feasibility studies, corrective measures studies, and remedial measures conducted under RCRA or CERCLA; hazardous waste and materials minimization, pollution prevention programs, remedial action/corrective measure design and implementation, Environmental Safety and Occupational Health Compliance Assessment and Management Program (ESOHCAMP) and corrective actions to include air, water, wastewater, hazardous waste, hazardous materials, underground and aboveground storage tanks, asbestos, lead-based paint, PCB's noise, solid waste, cultural and natural resources, NEPA documents and environmental assessments. Demolition of some existing structures may be necessary and the demolition may involve removal and disposal of asbestos and 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, civil and chemical engineers, geologist, hydrologist, industrial hygienist, designer, draftsperson, typist, surveyor and inspector. Two (2) Firm Fixed Price (FFP) Indefinite-Delivery-Indefinite Quantity (IDIQ) contracts will be issued for one (1) basic year with a Government option of four (4) additional years. The IDIQ contracts will have a not to exceed Life of Contract (LOC) amount of $ 5,000,000. 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. 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 (the estimate shall have "FOR OFFICIAL USE ONLY" typed at the bottom of each sheet). Firms shall also supply detailed backup data used in the preparation of the construction estimate. This backup shall cite references, sources, etc. 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. The firms will be evaluated upon the following primary criteria. Criteria numbers one and two 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 and 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; (5) Location in the general geographic area of Niagara Falls, NY and knowledge of the locality, local environmental laws and regulations. (6) Superior performance evaluations on recently completed DoD contracts. (7) Volume of DoD work the candidate has done during the past 12 months. (8) The extent to which potential offerors identify and commit to small business, small disadvantaged business (SDB), historically black college or universities, women-owned small business, HUBZone small business, veteran-owned small business, and service-disabled veteran-owned small business with regard to subcontracting opportunities. This announcement is for a 100% Small Business Set-Aside Acquisition. The tentative start date of the Firm Fixed Price (FFP) Indefinite-Delivery-Indefinite Quantity (IDIQ) and the award of the first delivery order for each contract will be on or about 30 Sep 11. This is not a request for proposal. These packets will not be returned. By submission of an SF330, the Contractor acknowledges the requirement that prospective awardees must be registered in the Central Contractor Registration (CCR) database and also the Online Representations and Certifications Application (ORCA) (both accessible at http://www.bpn.gov/) prior to award of any contract resulting from this notice. It is the contractor's responsibility to monitor this website (https://www.fbo.gov/) for any changes or updates. All questions shall be in writing, no later than 24 May 11, and sent by e-mail to bernita.kitchens@us.af.mil or by facsimile to (716) 236-2357. All replies will be provided on 25 May 11. Mail two (2) copies of SF330 packets to 914 CONF/LGC, 2720 Kirkbridge Drive, Bldg 800, Room 228, Niagara Falls ARS, NY 14304-5001, ATTN: Bernita Kitchens.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/RVKQ10MAY11/listing.html)
 
Place of Performance
Address: 914th Airlift Wing, Niagara Falls ARS, Niagara Falls, New York, 14304-5001, United States
Zip Code: 14304-5001
 
Record
SN02444513-W 20110512/110510235017-d005f5408bd1973c23b6a6927ddab06f (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.