Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

C -- The USPFO for Oregon is seeking qualified AE Firms to award a Firm Fixed Price A&E Contract to perform design services for the Repair Aircraft Maintenance Complex, Bldg 219 located at Kingsley Field ANG Base, Klamath Falls, Oregon.

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-12-R-0002
 
Response Due
3/26/2012
 
Archive Date
5/25/2012
 
Point of Contact
Nicollette Kennemer, 5035843764
 
E-Mail Address
USPFO for Oregon
(nicollette.kennemer@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USPFO for Oregon and 173d Base Civil Engineering Office is seeking qualified AE Firms to award a Firm Fixed Price Architect Engineer Contract to perform services to complete a design for the Repair Aircraft Maintenance Complex, Bldg 219 located at Kingsley Field Air National Guard Base, Klamath Falls, Oregon. Solicitation number W912JV-12-R-0002. The NAICS Code is 541310. Contract Award is anticipated by 1June 2012. The magnitude of construction for this project is between $1.0 M - $5.0 M as prescribed in the Federal Acquisition Regulation 36.204. Interested offerors are strongly encouraged to read this announcement in its entirety prior to e-mailing or phoning the USPFO for Oregon for additional information. SCOPE OF SERVICES: The selected AE shall be responsible for the professional quality, technical accuracy and coordination of all services required under this contract. The selected A-E shall provide type A, B, and C design / inspection services for the repair and modification of the aircraft maintenance hangar complex. The A-E will provide a complete set of plans and specifications of suitable quality and completeness for construction proposals. The A-E effort includes all plant, labor, equipment, appliances, and materials. Provide all necessary travel and services required to compile engineering data, space use criteria, perform field measurements, take videos and photographs, perform design computations, furnish drawings and technical specifications, incorporate owner and user design review comments as the design is developed, calculate estimated construction costs, perform construction inspection services and provide final cost estimates covering work herein described by the final design and specifications for the repair of the aircraft maintenance hangar complex. Project elements include: Repair of aircraft maintenance shops and administrative areas, HVAC design and replacement in office areas, replacement of multiple hangar doors, electrical power upgrades where needed, resurfacing and repair of maintenance floors, energy reduction and conservation efforts by design, lighting upgrades, evaluation of space use and recommendations / reconfiguration of work areas to improve efficiency, locker room and break room centralization and upgrade, radiant and boiler heating modifications throughout building and other elements to improve the viability and performance of the facility as recommended. The A-E will be responsible to provide a Type A-I (15%), A-II (35%), B-I (65%), B-II (95%), B-III (100%) submittals that include construction cost estimates as well Type C inspection services. The selected AE shall accomplish the design services required under the contract so as to permit the award of the contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed the maximum construction contract price (MCC). This information will be established during negotiations between the Government and the AE. Type A-II may be included as an option and will be exercised at the discretion of the Government. Type B and Type C services will be included as options and will be exercised at the discretion of the Government. Type B Design Services are subject to statutory six percent of the estimated construction cost. The 100% drawings and specifications shall be of a suitable quality and completeness for bidding by a single contractor. The preliminary design schedule is expected not to exceed 240 calendar days and should include adequate days afforded to the Government for design reviews and processing. Project elements are required to be designed to meet all Air Force, Air National Guard, OSHA, Local and DEQ regulations. All required or appropriate environmental provisions shall be addressed as well as the identification of applicable agencies and the production of documentation which may be required for (but not limited to): storm water management, sanitary system discharges, oil/water interception, hazardous material abatement and any other items as may be identified through the design process. A Registered Professional Fire Protection Engineer, or a person meeting the minimum qualifications per ANGETL 01-1-1, with experience specifically related to the integration of aircraft maintenance hangars and doors with existing wet pipe and high expansion foam systems is required. The A-E shall provide documentation of the Fire Protection Engineer's registration and experience. The Fire Protection Engineer shall have suitable experience in design and construction of facilities with similar complexity. Design criteria for this project shall include, but not be limited to the following: Air National Guard Engineering Technical Letters (ANG ETL) including ANG ETL 01-1-1, ANG Sustainable Design Policy, Tab D (Mar 04 ), and 02-1, ANG Design Objectives and Procedures, Tab C (April 10); Unified Facilities Criteria UFC 3-600-01, Fire Protection Engineering for Facilities (26 Sep 06); UFC 4-010-01 DOD Minimum Antiterrorism Standards for Buildings (Oct 03; Air Force Instruction AFI 32-2001; Current State and National codes, regulations and specifications involving architectural, civil, electrical, environmental and mechanical disciplines associated with the design and construction of the project; National Fire Codes published by the National Fire Protection Association; Air Force Instructions (AFI), Army or Air Force Regulation (ARs/AFRs), Army National Guard or Air National Guard Regulations (NGR/ANGR), Pamphlets (NGR/ANGR), and other Government publications required for design of the project will be made available to the A-E by the Government (COR). The AE shall be able to provide 2 hard copies and one electronic (AutoCAD 2010) copy of as built drawings per Tab C, ANG ETL 02-1, and Design Procedures. Also provide construction documents in PDF format. The A-E will have access to any historical drawings within the 173 FW files after selection of the A-E. Access or use of these documents SHALL NOT preclude the A-E from performing the necessary studies and investigative work to design a complete and usable facility in accordance with the project documents. SELECTION CRITERIA: The evaluation board will review the SF 330's submitted in response to this solicitation. The evaluation board will evaluate each potential firm according to the criteria listed below. The government will hold discussions with at least three of the most highly qualified firms. Submitting A-E firms shall take into consideration the following milestones when submitting their firm's SF 330's. Interviews will be conducted with the most highly qualified firms at the Kingsley Field Air National Guard Base (firms will be notified in writing via e-mail and contacted by phone). A kick off meeting will be scheduled with the most preferred / selected A-E. If a mutually satisfactory contract cannot be negotiated with most preferred / selected A-E, negotiations will be terminated and the Contracting Officer will initiate negotiations with the next most preferred firm on the final selection list. The Government will evaluate each potential firm in terms of its - (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience in energy conservation, pollution prevention, waste reduction, fire protection, cost estimating and the use of recovered materials (3) Capacity to accomplish the work in the required time (4) Past performance on contracts with the National Guard, Department of Defense or Federal Government in terms of cost control, quality of work, and compliance with performance schedules (5) Location in the general geographical area of the project and knowledge of the locality of the project. SUBMISSION REQUIREMENTS: To be considered for this project all responding firms, including consultants to the primary firm shall submit three (3) hardcopies of the Standard Form 330 Architect-Engineer Related Services Questionnaire Part I and Part II. Submit these required documents no later than 1:00 P.S.T on March 26, 2012 to Master Sergeant Cecily Martinez, PO Box 14350, 1776 Militia Way, SE, Salem, Oregon 97309. LATE SF 330'S WILL NOT BE ACCEPTED. E-MAILED SF 330'S WILL NOT BE ACCEPTED. SF 330's SUBMITTED TO THE 173d BASE CIVIL ENGINEERING OFFICE WILL NOT BE ACCEPTED. No additional materials will be issued and no solicitation package or bidder/plan holder list will be issued. Any questions must be submitted in a Request for Information format (RFI) via electronic mail and reference the project name in the subject line. Please allow 72 hours for a response. RFI's shall be submitted 72 hours prior to the closing date and time to ensure a proper response can be provided. MISCELLANEOUS INFORMATION: Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov or by contacting the CCR Assistance Center (8am - 4pm Eastern Time) 1-888-227-2423. The successful A-E shall be able to invoice electronically using Wide Area Workflow procedures. This requirement shall not be waived. Information and instructions can be found at the Wide Area Workflow website at https://wawf.eb.mil/. It is the successful offerors responsibility to ensure that proper access can be obtained to this system. The government will not be held liable for any automation upgrades required to interact with this system. Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted to the extent practicable and in accordance with the Federal Acquisition Regulation. Point of Contact for this Announcement is Cecily Martinez at Cecily.martinez@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-12-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02682496-W 20120226/120224234822-fa5182a1e5091e12d7b032bbe0624b63 (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.