Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

C -- Architect and Engineering - Civil and Structural - Package #1

Notice Date
1/10/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-CIV-STRUC1
 
Point of Contact
David L. Mendelsohn, Phone: 605-385-1748, David Goff, Phone: 605-385-1734
 
E-Mail Address
david.mendelsohn@ellsworth.af.mil, david.goff@ellsworth.af.mil
(david.mendelsohn@ellsworth.af.mil, david.goff@ellsworth.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SF Form 330 Fillable Form Architect and Engineer Qualification DESCRIPTION: ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, AND TITLE II INSPECTION SERVICES AT ELLSWORTH AFB, SD. This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is UNRESTRICTED FULL AND OPEN for firms classified under NAICS Code 541330, Architech and Engineering Services. The firm's capability statement shall demonstrate the qualification necessary to meet the requirement. Additionally, the selected firm must perform the primary Architectual and Engineering civil-structural discipline,and may employ qualified consultants to perform other disciplines. Before a business is proposed as a potential contractor, they must be registered in the Central Contractor Registration (CCR) database, accessed at http://www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contacting the Federal Service Desk for CCR at 1-866-606-8220. Failure to register may render the A-E Firm ineligible for award. No State level certifications shall be accepted. A-E's with engineering categories of civil and structural will be considered. A professional Architect and/or Engineer in the appropriate discipline, licensed in the State of South Dakota, shall stamp all contract drawings. Title I Design services may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including roads/bridges, infrastructure, utilities, erosion control, and environmental restoration. Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings (in bond and mylar), AutoCAD drawings; specifications written in the Construction Specification Institute (CSI) format; economic analysis; construction cost and time estimates; engineering calculations; logs and study reports. Projects may include various combinations of architectural, interior design, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Investigative services may include studies, reports, design analyses, constructability and peer reviews, surveys, and cost estimates. Title II Services may be required for the supervision and inspection of construction projects. The selected A-E's will need to become familiar with Ellsworth AFB's facility design, anti-terrorism, and CAD Standards as well as other Government codes that may be required for selective completed projects. CONTRACT INFORMATION: Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of two A-E Open-End contracts may be awarded based on amount and type (primary discipline) of projected workload and availability of funds. The total fees for the basic year and all option years shall not exceed $5,000,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $1,000 over the life of the contract, and a maximum contract capacity of $5,000,000. The North American Industry Classification System (NAICS) codes for this acquisition is 541330. SELECTION CRITERIA: Evaluation factors include the following: a. Specialized experience and technical competence. b. Professional qualifications. c. Past performance with respect to execution of DoD and other contracts. d. Professional capacity for timely accomplishment of the work. e. Volume of work previously awarded by this office and DoD. f. Location of firm in the general geographical area of EAFB. Evaluation factors "a" through "c" are the most critical. Least important are evaluation factors "e" and "f". SUBMITTAL REQUIREMENT: Firms desiring consideration shall submit an original Standard Form (SF) 330, Architect-Engineer Qualifications package (6/2004 version), Parts I and II, along with one electronic copy on CD. Text for each applicant is limited to 50 pages each, exclusive of indexing tabs, project photos or drawings with brief captions. Front and backside use of a single page will count as 2 pages. Minimum font size is 11 point. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria NLT 5:00 p.m. Mountain Standard Time, 14 feB 12 to David L. Mendelsohn/David M. Goff, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB SD 57706-4904. Facsimile transmission will not be accepted and will be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/FA4690-CIV-STRUC1/listing.html)
 
Place of Performance
Address: Ellsworth Air Force Base, Ellsworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN02651595-W 20120112/120110234207-53570cc6d0c5f16df1340200be9dd4af (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.