Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOURCES SOUGHT

C -- Sources Sought for Engineering Firms Specializing in Title II Services for Airfield Pavement Construction (Indefinite Delivery Indefinite Quantity Type Contract)

Notice Date
1/12/2012
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural 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
PavementsTitleII
 
Archive Date
2/17/2012
 
Point of Contact
Michaela Holston, Phone: 8502836318, Don Illich,
 
E-Mail Address
michaela.holston@tyndall.af.mil, donald.illich@tyndall.af.mil
(michaela.holston@tyndall.af.mil, donald.illich@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Sources Sought for Engineering Firms Specializing in Title II Services for Airfield Pavement Construction 1. THIS NOTICE IS ISSUED AS SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATIONAL PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. This procurement will be conducted under NAICS Code 541310 (Architectural Services) and FSC/PSC Code C211. The Small Business Size Standard is $4.5M. Please identify all of the following that apply to your business: SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, Small Business. The anticipated contract will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The Air Force anticipates there will be Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for A/E Services. The period of performance for the proposed contract will be for one (1) year with four (4) additional one (1) year option periods. The minimum guarantee amount of $1,000 is to be awarded in the base contract period. The annual estimated magnitude for all work orders in a one year period may range from $1,000 - $7.5M. The estimated maximum contract value (base plus 4 one-year options) for each contract awarded is $15M. 3. AIRFIELD TITLE II INSPECTIONS - The Air Force has an ongoing actions to conduct Title II Quality Assurance/Construction Inspection efforts for oversight of new and reconstruction of airfield facilities including, but not limited to, taxiways, aprons, runways, cargo pads, and along with all associated infrastructure (i.e. shoulders, drainage, NAVAIDS, electrical, marking). The Title II efforts will ensure construction efforts conform to design requirements as well as to Air Force Guidance document, Unified Facilities Criteria (UFC) including, but not limited to, UFC 2-260-01, UFC-02-260-02, UFC 03-535-01, UFC 03-535-02, Engineering Technical Letter (ETL) 04-2, FAA AC 150/5320-5C. The efforts will provide for onsite support of project oversight and mission support during the repair/update/replacement/construction of airfield facilities. Title II tasks will include, but not limited to, review of submittals, review of design documentation, review of requests for change orders from the construction contractor, review of unforeseen site conditions and providing recommendations to the Air Force, review of construction contractor invoicing, daily oversight of construction operations to ensure compliance with design/Air Force requirements, preparation of daily inspection reports, reporting of changed site conditions, coordination with Air Force and Contractor personnel on various matters, and review/validation of submitted as-builts. 4. Indicate the number of years the firm has been in business and total number of employees. Indicate specific Title II QA projects that your firm has conducted within the last three years that demonstrate specific in-house experience/capability for oversight efforts on airfield construction projects (stating whether lead/prime or other defined capacity). Provide your in-house capabilities for conducting oversight of airfield construction and conformance with Air Force guidelines and requirements for airfields. Indicate whether your firm has experience with A-E IDIQ contracts, providing a specific list of A-E IDIQ contracts your firm has held, and include the appropriate Point of Contact. Confirm whether your firm is currently capable of providing all necessary labor, material, equipment and architect and engineering services to accomplish this type of work as the Lead/Prime. 5. The Air Force expects to use consultants to assist it with its review of all responses received. The companies listed may not assist or participate in preparation or submission of any proposal associated with subsequent acquisitions. The non-government advisors are from the following firms: Northrop-Grumman Portage Inc. Booze Allen Hamilton CB Richard Ellis Integra MRW and Associates Smith and Associates Reznik Group Baskow & Associates AGEISS Inc. Team Integrated Engineering Inc. Systems Research and Applications Corp. Rome Research 6. Your entire response should not exceed 10 pages at 12 point font. This does not limit your ability to be considered for award of other contract vehicles. The Air Force's intent is to put a multiple award contract in place for the execution of the work described above. The information provided is to be used to assist in determining the number of firms interested in providing this type of services to the Air Force. 7. Interested firms must provide the requested information by COB 02 Feb 12. Emailed submissions are acceptable and should be sent to A1C Michaela Holston, 850-283-6318, michaela.holston @tyndall.af.mil and Mr. Donald Illich, 850-283-6605, Donald.Illich@tyndall.af.mil. Information shall be submitted by 11:59 PM, Central Time, 2 Feb 12. NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the Central Contractor Registration (CCR) database and On-Line Representations & Certifications Application (ORCA). The website for registration is www.ccr.gov and www.bpn.gov, respectively. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)-FedBizOpps (FBO) system at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/PavementsTitleII/listing.html)
 
Place of Performance
Address: Tyndall AFB, Tyndall AFB, Florida, 32404, United States
Zip Code: 32404
 
Record
SN02653694-W 20120114/120112234601-e0a3423138e111d0b8e7f8d41b61aa7b (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.