Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOURCES SOUGHT

C -- Architect-Engineer Services, Schriever AFB

Notice Date
4/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-12-R-AE01
 
Archive Date
5/17/2012
 
Point of Contact
Joshua J. Morell, Phone: 7195676185, Micheal Wittkopf, Phone: 719-567-3456
 
E-Mail Address
joshua.morell@us.af.mil, micheal.wittkopf@schriever.af.mil
(joshua.morell@us.af.mil, micheal.wittkopf@schriever.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
The government contemplates making one award and potentially two awards from this announcement. At least one award will be to an Economically Disadvantaged Woman Owned Small Business. This is for Architect-Engineer (A-E), Title I and Title II services, in accordance with PL 92-582 (Brooks A-E Act) and FAR part 36, for a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a basic period of one year or less, with the Government's option to extend for four additional one-year option periods. It is the intent of the government to award two contracts; however, the government reserves the right to award more than two, one or none. Architect-Engineer (A-E) services are required for design of miscellaneous construction, operations and maintenance projects, and for other supporting services for the 50th Space Wing headquartered at Schriever AFB (SAFB), Colorado. Projects will be issued to the A-E by negotiated, firm-fixed price delivery orders as the need arises during the contract period. Individual delivery orders are not expected to exceed $499,000. Cumulative amounts for delivery orders in a fiscal year will not exceed $900,000 and no single individual awardee will receive more than $4,000,000 under contract awarded under this announcement. A minimum of $5,000 will be guaranteed to the A-E for the life of the contract (to include any exercised option periods). Contract award is anticipated in Fiscal Year 2012 (FY12). Services will be performed for SAFB (predominately); and other 50th Space Wing CONUS and worldwide sites (rarely) which are New Boston AFS, NH and Kaena Point STS, HI. The selected A-E firm is expected to work closely with Government personnel, project managers and user groups. The selected A-E firm will be required to participate in site visit meetings, within 5 calendar days after receiving the request for proposal for a project at Schriever AFB. Firms are reminded of the requirement at FAR 36.601-3(a), which requires the architect-engineer to specify, in the construction design specifications, use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Where appropriate, the architect-engineer must consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable. Disciplines for this contract will include, but not be limited to, Mechanical Engineering, Electrical Engineering, Architectural Design, Civil Engineering and Structural Engineering, Environmental Engineering, Soils Engineering, Fire Protection Engineering, roofing, landscape architecture, interior design, land surveying, geophysical surveying, surveying and mapping, industrial hygiene, construction management capability and planning, depending on the scope of the individual projects. Subcontractors, outside associates or consultants may be used to provide some of the disciplines described. Design service required will primarily be in construction with maintenance, repair and minor construction type projects, including preparation of drawings and specifications. Various types of services such as investigation, inspection, studies, reports, cost estimates and designs for SABER (Simplified Acquisition of Base Engineering Requirements) projects may be required as they relate to project designs and studies. The government requires cost estimates for SABER projects be prepared and provided using the e4Clicks estimating system. Projects may include various combinations of disciplines. Project leaders must be licensed engineers or architects, licensed by the State of Colorado as defined by State Law. Provide the State and Registration number at block E17 of the Standard Form (SF) 330. Actual copies of the certificates are not required. Construction management services may also be required. Escorts with secret security clearances may be required. Firms desiring consideration are requested to submit SF 330 along with a cover letter addressing each of the following factors, which will be used as the basis for selection. The SF 330 can be found in the GSA Forms Library on-line at http://www.gsa.gov. Significant evaluation factors in accordance with FAR 36.602-1 in order of relative importance are as follows: •(1) Professional qualifications of the staff to be assigned to the project(s), including qualifications and experience of subcontractors/consultants. Consideration of the type and quality of projects the staff has been involved with and their ability to provide innovative and imaginative solutions. •(2) Recent specialized design experience by discipline (Mechanical, Electrical, Civil, Architectural, Structural, etc.). Consideration of prior design projects completed by the firm, how the construction management went and how well the completed facilities are functioning. •(3) Capacity to accomplish the work in the required time frame. •(4) PREVIOUS DoD WORK and PAST PERFORMANCE: •(a) Firms will be evaluated on the volume of work previously awarded to the firm by DoD within the past 36 months with the objective of effecting an equitable distribution of contracts among qualified A&E firms. •(b) Past performance includes performance on DoD and other contracts in terms of quality work, compliance with delivery schedules, history of working relationships with subcontractors, timely technical support and overall cooperativeness and responsiveness. (5) LOCATION: •(a) Knowledge of probable site conditions and local requirements •(b) Knowledge of the local permitting processes and the ability to obtain requirement permits •(c) Geographic locations of key personnel and Professional Staff to ensure timely response to requests for on-site support •(d) Interested firms must be located within 100 miles driving distance of Schriever AFB, CO (6) CADD and GIS capabilities: Capability to complete designs with the latest version of AutoCAD, Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE) Geospatial Civil Standards and Facility AEC Standards. (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (Sustainable Development). (8) Previous construction inspection experience for projects that are typical for an Air Force Base. Firms must list, in tabular format, all expected subcontractors, outside associates and consultants, to include a list of projects jointly worked with the firm during the last three years and a list of references with points of contact to include phone numbers. Responses and submittals must be received at the 50 th Contracting Squadron office at Schriever AFB, CO 80912 as an attachment to the SF 330. Firms desiring consideration should be multi-disciplined in nature or clearly indicate their consultants. No projects have been authorized for design and funds are not presently available for any contracts. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittal by fax or electronic media will not be considered. Failure to complete the listed standard forms, provide the additional information requested, or provide such information and submittal with the specified time, shall result in disqualification of the firm. Required Documents: Interested firms which meet the requirements described in this announcement are invited to submit four copies (1 original and 3 copies) of the completed Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and II. Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8x11 paper, New Roman Times 12 font. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Relevant projects identified in Part I block 19, shall not be more than 3 years old. The final selection board may require interviews: either in person, by telephone, or by written reply to written questions: as part of the final selection evaluation. In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. Interested parties should use the FedBizOpps [Add To Watch list] and [Add Me To Interested Vendors] features which provide a notification to gain all current information related to this announcement. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires bidders to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Point of Contact Joshua Morell, Contract Specialist, Phone 719-567-6185, Fax 719-567-3438, Email joshua.morell@us.af.mil Responses Due Responses and submittals must be made no later than 4:00 p.m., Mountain Standard Time, 2 May 2012, to 50 CONS/LGCA, Attn: Joshua Morell, 210 Falcon Parkway, Suite 2116, Schriever AFB, CO 80912-2116. This is not a request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-12-R-AE01/listing.html)
 
Place of Performance
Address: 210 Falcon Parkway, Suite 2116 Schriever AFB, CO, Schriever AFB, Colorado, 80912-2116, United States
Zip Code: 80912-2116
 
Record
SN02711673-W 20120404/120402235149-e3b8bdde75e62d0a46a6225c6a3d2d42 (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.