Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOURCES SOUGHT

C -- REQUEST FOR INFORMATION #1; 722 ESS/AFCEE; 4PAE13 - DRAFT STATEMENT OF WORK

Notice Date
12/1/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 Enterprise Sourcing Squadron, 2261 Hughes Ave Ste 163, Lackland AFB, Texas, 78236-9861, United States
 
ZIP Code
78236-9861
 
Solicitation Number
FA8903-12--R-8007_RFI-4PAE13
 
Archive Date
1/21/2012
 
Point of Contact
Charles T Wilcox Jr., Phone: 210-395-8763, Priscilla M. Cruz, Phone: 2103958699
 
E-Mail Address
charles.wilcox@us.af.mil, priscilla.cruz@us.af.mil
(charles.wilcox@us.af.mil, priscilla.cruz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
4PAE13; STATEMENT OF WORK FOR ARCHITECT-ENGINEERING (A-E) SERVICES THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. GENERAL INFORMATION. The 772 Enterprise Sourcing Squadron (ESS) in conjunction with the Air Force Center for Engineering and the Environment (AFCEE), Lackland Air Force Base, TX, is planning to contract with Architect-Engineer (A-E) firms to perform worldwide and regional Title I, Title II, and other A-E services to administer, coordinate, and technically support Environmental, Military Construction (MILCON), Military Family Housing (MFH), and Sustainment, Restoration and Modernization (SRM) programs of interest to the government. We anticipate multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contract awards and anticipate using NAICS codes 541330. The small business size standard associated with NAICS code 541330 is $4.5M. Previous 4P A-E contracts have used NAICS code 562910. The small business size standard associated with NAICS code 562910 is 500 employees. We anticipate awarding approximately 10-20 contracts to large and small businesses. We are contemplating regionalizing contracts for services for CONUS (defined as the lower 48 states, Alaska, Hawaii and U.S. territories) installations and dedicating suites of small business IDIQ contracts to each region in addition to awarding suites of worldwide contracts. The scope of A-E services (i.e. Title I/II & Other) will be similar for all contracts. However the TYPE of projects/programs (i.e. MILCON, MFH, SRM) is anticipated to differ between the worldwide and regional IDIQ suites. We anticipate the development of two separate Statements of Work (SOW), one for worldwide IDIQ awards and one for regional IDIQ awards. However for this RFI the attached DRAFT SOW covers all anticipated services and project/program efforts. The attached DRAFT SOW has changed substantially from the current AFCEE 4PA-E08 SOW. Sections 8.0, 13.2 and 14.0 are examples of scope areas that have been significantly revised or updated. Recommend review of entire SOW. All sub-categories of small businesses are being looked at during our market research phase. At this time, we are considering that task orders under these contracts will be negotiated as either Cost Plus Fixed Fee (CPFF), Time & Materials (T&M) or Firm Fixed Price (FFP) orders, depending on the nature of the requirement. Additionally, we anticipate that each contract will have a basic ordering period of five (5) years with three additional years for performance. Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). BACKGROUND AND PROGRAM INFORMATION. These IDIQ contracts will serve to functionally replace services contained within AFCEE's existing Worldwide Planning, Program, and Design (4P A-E08) contracts. The ordering period under the 4P A-E08 contracts expire during the Feb - Aug 2013 timeframe. ANTICIPATED GENERAL SCOPE OF WORLDWIDE SERVICES To provide Title I, Title II, and Other A-E Services for environmental and traditional MILCON, Military Family Housing (including projects related to Privatized Housing), and SRM projects. The SRM projects will be limited to locations overseas and contingency operations (as defined under 10 USC, 101 (a)(13)). The anticipated services include: • Title I Services: Title I services are related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, and cost estimates. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, and optimization of environmental treatment or control systems • Title II Services: Title II services are related to a specific construction project and consist of supervision and inspection of construction. Title II services may include all aspects of construction quality assurance and oversight of environmental and facility construction and renovation projects • Other A-E Services: These services are design and construction-related services, but are not connected with a specific construction project. The services may consist of developing design criteria, fact finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs. The A-E services outlined will be performed in support of the following program areas and project types: • Environmental Restoration: Support the Environmental Restoration mission to identify, investigate, and clean up contamination associated with past Air Force activities as necessary to protect human health and the environment. Major activities supported include A-E support for remedial investigation, remedial design, validation and/or review of long-term maintenance and/or long-term monitoring (LTM) operations, and Remedial Action Operation (RA-O) design and optimization. Interim remedial actions (IRAs) may be infrequently required to reduce or limit an immediate threat to human health or the environment. In addition, support includes technical oversight of environmental programs, laboratory quality assurance assessments, document reviews, and assistance in selecting remediation technologies • Environmental Conservation and Planning: Support the Environmental Conservation and Planning mission. Major activities supported include A-E support on the Environmental Impact Analysis Process (EIAP), natural infrastructure assessment and management, environmental management, natural and cultural resource programs, and comprehensive planning programs. In addition, support environmental impact statements, baseline surveys, forestry, wildlife, archeology, Native American consultations, transportation, air space and range management, and noise programs • Environmental Quality: Support the Environmental Quality mission. Major activities supported include A-E support for compliance and pollution-prevention programs, environmental education and training, sustainable development, environmental management systems, and compliance assessments • Design and Construction: Support the Design and Construction mission. Major activities supported include A-E support related to standards, criteria and publications development, facility design, construction management, building commissioning, Leadership in Energy and Environmental Design (LEED) analysis, interior design, landscape architecture, the Military Family Housing (MFH) and MFH Privatization programs and Sustainment, Restoration and Modernization. Also, support the development, testing, and documentation of new project management acquisition and construction methodologies • Plans and Programs: Major activities may include A-E support for the development, assessment, and update of Asset Management and Activity Management Plans, defining housing market areas, detailed market research and analysis, development of housing requirements, pre-planning studies, detailed inspections and assessments of existing systems, utilities, facilities, family housing and dormitories, development of programming guides for project scoping and the development of housing and dormitory investment strategies that integrate and prioritize, traditional housing construction and operations and maintenance (O&M) funding with private sector financing • Other Areas of Support and Emerging Markets: Support AFCEE with other areas of support and emerging markets. Activities may include A-E support on Defense Logistics Agency-energy (DLA-E) fuel facilities, unexploded ordnance (UXO), force protection, sustainable design, general information management system support services, and project delivery methods ANTICIPATED GENERAL SCOPE OF REGIONAL SERVICES To provide Title I, Title II, and Other A-E Services for environmental and SRM projects. All services performed under the regional contracts will be limited to CONUS installations. The anticipated services include: • Title I Services: Title I services are related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, and cost estimates. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, and optimization of environmental treatment or control systems • Title II Services: Title II services are related to a specific construction project and consist of supervision and inspection of construction. Title II services may include all aspects of construction quality assurance and oversight of environmental and facility construction and renovation projects • Other A-E Services: These services are design and construction-related services, but are not connected with a specific construction project. The services may consist of developing design criteria, fact finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs. The A-E services outlined will be performed in support of the following project types and program areas: • Environmental Conservation and Planning: Support the Environmental Conservation and Planning mission. Major activities supported include A-E support on the Environmental Impact Analysis Process (EIAP), natural infrastructure assessment and management, environmental management, natural and cultural resource programs, and comprehensive planning programs. In addition, support environmental impact statements, baseline surveys, forestry, wildlife, archeology, Native American consultations, transportation, air space and range management, and noise programs • Environmental Quality: Support the Environmental Quality mission. Major activities supported include A-E support for compliance and pollution-prevention programs, environmental education and training, sustainable development, environmental management systems, and compliance assessments • Design and Construction: Support the Sustainment, Restoration and Modernization design and construction projects. Major activities supported include A-E support related to standards, criteria and publications development, utility and facility and infrastructure design, construction management, building commissioning, Leadership in Energy and Environmental Design (LEED) analysis, interior design, landscape architecture. Support may include the development, testing, and documentation of new project management acquisition and construction methodologies • Plans and Programs: Major activities may include A-E support for the development, assessment, and update of Asset Management and Activity Management Plans, defining housing market areas, detailed market research and analysis, development of housing requirements, pre-planning studies, detailed inspections and assessments of existing systems, utilities, facilities, family housing and dormitories, development of programming guides for project scoping and the development of housing and dormitory investment strategies that integrate and prioritize, traditional housing construction and operations and maintenance (O&M) funding with private sector financing The final decision for inclusion of any requirements has not been made. Request comment from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the anticipated scope of work items under the small business regional or worldwide scope of services? If not, why? 2. In reference to 1 above, do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability for regional or worldwide services? If not, please explain. 3. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 4. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? 5. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, HUBZone small business, service disabled veteran-owned small business, and HBCU/MI)? 6. If you are a small business, would you consider submitting a proposal as a prime contractor? 7. In what socio-economic programs do you now participate (e.g. Mentor Protégé, Indian Incentive, etc.)? What is the extent of your participation in these programs? 8. What are the most critical criteria that would distinguish one company's capabilities from another? Explain 9. Address capability of performing both CONUS and OCONUS requirements versus limiting to one or the other. Please provide recommendations. 10. The Government may contemplate awarding a suite of contracts dedicated to USAFE projects and PACAF projects located overseas, what are your thoughts and concerns? 11. In reference to 10 above, what qualifications or criteria would best distinguish a company's capabilities and knowledge of a particular country's design and construction laws and regulations? 12. Do you have any thoughts or concerns about regionalizing the CONUS contracts? 13. Do you have any thoughts or concerns about reserving all of the regional contracts for small business? 14. In reference to 12 and 13 above, the Government anticipates six different regions across the CONUS with approximately 2-4 small business contracts awarded per region. For small business consideration, would your firm be able to compete under NAICS 541330. Please provide your recommendations concerning the anticipated number of contract awards per region and any concerns with either of the proposed NAICS. 15. Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 16. For Market Research purposes, we are planning to host an Industry Forum. What format do you think would be most beneficial for this Forum, what topics would you like to hear discussed, and what number of people would you envision sending? 17. Do you have any other comments or suggestions that you would like to share with us? Please include the following with your response: name and address of firm; size of business; point of contact and telephone number, average annual revenue for past 3 years and number of employees, classification standard i.e. large, small, small disadvantaged, 8(a), HUBZone, etc, affiliate information: parent company, joint venture partners, and potential teaming partners. Please e-mail responses to AFCEE.PKB.4PAE13@us.af.mil no later than 6 Jan 2012. Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. A Synopsis, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Contracting point of contact can be reached by voice at (210) 395-8763 or email: charles.wilcox@us.af.mil. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Please note that official information will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official. Attachment: Draft 4PAE13 Statement of Work (SOW) - Full Scope
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/FA8903-12--R-8007_RFI-4PAE13/listing.html)
 
Place of Performance
Address: Worldwide and Regional, United States
 
Record
SN02631532-W 20111203/111201234449-209bf2f16faf51fba5833c0e452bd577 (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.