Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

C -- REQUEST FOR INFORMATION #2; 722 ESS/AFCEE; 4PAE13 - Draft SOW_Environmental - Draft Industry Forum Schedule - Draft SOW_Engineering

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
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
3/23/2012
 
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
Draft SOW for Engineering Programs Draft Industry Forum Schedule Draft SOW for Environmental Programs In preparation for the Industry Forum, the 772 ESS and AFCEE are requesting questions from interested parties be emailed to 772ess.pkb.4pae13@us.af.mil. Please provide your comments in MS Word format attached to your email response. All questions and comments will be addressed during the Industry Forum. Please have all questions submitted by 14 March 2012. The due date to RFI #2 responses remains unchanged at 13 March 2012. For planning purposes, attached is a tentative schedule of the Industry Forum, 22 March 2012. Additionally, two Draft Statements of Work reflecting Architect-Engineering Services to support Environmental Programs Worldwide and another to support Military Construction, Military Family Housing, and Sustainment, Restoration and Modernization Programs Worldwide are attached. Please find the attached Industry Forum flyer containing registration details and instructions for attending the Industry Forum scheduled on 22 March 2012. The Industry Forum previously scheduled for Tuesday, 27 March 2012, as reflected in this Request for Information (RFI) #2, is changed to Thursday, 22 March 2012. All other information reflected in the RFI remains unchanged. Registration instructions will be posted on Federal Business Opportunities Website. We apologize for any inconvenience this may have caused. 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. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only 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 and 562910. The small business size standard associated with NAICS code 541330 is $4.5M. (NOTE: Effective 12 March 2012, the size standard will be $14.0M for NAICS code 541330.) The small business size standard associated with NAICS code 562910 is 500 employees. We anticipate awarding Engineering Services (NAICS 541330) contracts to large and small businesses. In addition to awarding suites of worldwide contracts, we are contemplating regionalizing contracts for services for Continental United States (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. The scope of A-E services (i.e. Title I/II & Other A-E Services) will be similar for all contracts. The type of projects/programs for the worldwide suites will include MILCON, MFH, SRM and Contingency projects. The type of projects/programs for the regional suites will include SRM projects. We anticipate awarding Environmental Remediation Services (NAICS 562910) contracts to small businesses. The scope of A-E services will include Title I/II & Other A-E Services. The types of projects/programs will include Environmental Remediation, Environmental Compliance (EC), and Environmental Quality (EQ) projects. Work will be performed primarily in CONUS. There may be a small amount of OCONUS work anticipated. 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) 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 two 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 ENGINEERING SERVICES (NAICS 541330) To provide Title I, Title II, and Other A-E Services for traditional MILCON, Military Family Housing (including projects related to Privatized Housing), and SRM requirements. Requirements for CONUS regional suites will include SRM projects. Requirements for worldwide suites will include MILCON, MFH, SRM and Contingency projects. Some CONUS projects may be limited to worldwide suites dependent upon schedule, complexity and dollar value. 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 Engineering Services outlined will be performed in support of the following program areas and project types: • Design and Construction (DC ): Support the Design and Construction mission. Activities supported include A-E support related to the design, construction, and renovation of real property and real property transactions. Real property is defined as lands, buildings, structures, utilities systems, improvements, and appurtenances thereto. Includes equipment attached to and made part of buildings and structures (such as heating systems), but not movable equipment (such as plant equipment). 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, Sustainment, Restoration and Modernization, Medical MILCON program, Line MILCON programs, BRAC MILCON programs, and Contingency projects or programs. Additional activities may support the development, testing, and documentation of new project management acquisition and design and construction methodologies. • Planning and Programming : A-E support for all aspects of planning and programming activities in support of MILCON, MFH, SRM and Contingency projects/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 ENVIRONMENTAL REMEDIATION SERVICES (NAICS 562910) To provide Title I, Title II, and Other A-E Services for environmental remediation, environmental compliance and quality projects and programs. All services performed will be at 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 Environmental Remediation 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 (EC) : 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 (EQ): 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. The final decision for inclusion of any requirements has not been made. Request comment from interested parties to the following questions: 1. What are your thoughts about separating the A-E requirements into two separate contracts, Environmental Remediation (NAICS 562910) and Engineering Services (541330)? In regard to Environmental Remediation Services (NAICS 562910) only (questions 2 &3) 2. Do you have any thoughts or concerns about setting aside all environmental remediation requirements to small business? 3. 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)? In regard to Engineering Services (NAICS 541330) only (questions 4-6) 4. Do you have any thoughts or concerns about reserving all of the CONUS regional contracts for small business? 5. As previously noted, some CONUS projects may be issued against the worldwide contracts. What would your recommended project parameters include (i.e. "X" dollar value, "X" project type) to move a requirement from a regional CONUS contract to the worldwide contract? 6. There is a potential to establish only three regions (i.e. East, West and Central) for the CONUS Engineering Services efforts. Do you have any thoughts or concerns about your firm's capacity to cover large CONUS regions? 7. 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. For planning purposes, the Government will be conducting an Industry Forum on Tuesday, 27 March 2012. The forum will be held at the Crowne Plaza Hotel, San Antonio Riverwalk, 111 East Pecan Street, San Antonio TX 78205. Registration instructions will be issued under FedBizOpps.gov. Please e-mail responses to 772ess.pkb.4pae13@us.af.mil no later than 13 March 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.
 
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
SN02690553-W 20120309/120307234714-7003f5104ddd35511476d03cdfa73090 (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.