Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

C -- Architect-Engineering Services - Attachments

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
FA4452-12-R-0029
 
Archive Date
8/12/2012
 
Point of Contact
Carol Voyles, Phone: 618-256-1188, Dan Fadely, Phone: 618-256-9955
 
E-Mail Address
carol.voyles.1@us.af.mil, daniel.fadely@us.af.mil
(carol.voyles.1@us.af.mil, daniel.fadely@us.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Past Performance Contractor Information SF330 A-E Qualifications Submission Requirements Synopsis (A7O): ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, CONTRACTOR INFORMATION, AND PAST PERFORMANCE IS INCLUDED IN THE ATTACHED PACKAGE. This solicitation is a partial set-aside for small businesses. The small business size standard classification is NAICS 541330. Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract to provide A-E Services for HQ AMC/A7O. This IDIQ is designed to provide requirements that fall under Title IA (Investigatory & Engineering Design Data), Title IB (Contract Drawings, Specifications & Cost Estimating), Title II (Construction Surveillance & Inspection), and Other A-E project classifications, for the preparation of various AMC installation-specific or facility specific (single facility or multiple facilities of the same functional type/use) planning studies or programming documents under the cognizance of the Air Force Air Mobility Command worldwide. The bulk of work estimated under this IDIQ will consist of Architectural-Engineering Studies and Surveys with some traditional A-E services as required. The anticipated work may include; but may not be limited to the following: prepare plans/drawings, specifications, design analysis and cost/time estimates as required for a variety of maintenance, repair, alteration, new and minor construction projects. Work will include a variety of projects of a multi-discipline nature involving renovations, alterations, repair, and maintenance at AMC locations. Specific projects may include utility systems upgrades, pavement repairs, and airfield system repairs. Firms may also be required to conduct designs, studies, investigations, sampling, and testing as well as construction management services for environmental and infrastructure projects. Additionally, firms shall demonstrate familiarity with sustainable design through an integrated design approach. Other capabilities that may be required include: field surveying, landscaping design, and architectural rendering. S ome special requirements involve lead-based paint and asbestos-containing material, contaminated soil and/or groundwater. The contractor must have the ability to verify the presence or absence of any hazardous materials or contaminations, and to design for containment or removal, in accordance with federal and state laws. Performance will occur at various AMC sites to include overseas locations. An architecture firm must be NCARB (National Council of Architectural Registration Boards) certified to quickly obtain state license if required. Projects may involve an individual discipline or a combination of architectural, civil, electrical, mechanical, structural or other engineering services. The government anticipates selecting the three most highly qualified firms upon completion of the evaluation process for award. Evaluation and Selection : Each A-E firm must demonstrate their qualifications (including key subcontractors) with respect to the selection criteria which is listed below in descending order of importance. 1. Specialized Experience and Technical Competence : Contractor and/or subcontractors/team members should demonstrate successful specialized experience and technical competence in the following primary task areas: Airfield Design (pavement, lighting & drainage); Distribution of Water and Wastewater System Design; Distribution of Electrical System Design; Transportation System Survey/Inspection/Design; Oceanfront Structural Inspection; and Title II Experience. Additional specialized task areas for evaluation include: Energy Efficiency Studies/Design and Roofing Design. To be considered specialized experience, a firm must have completed the work under the company name provided as the contractor or subcontractor performing at least 51% of the requirement. 2. Professional Qualifications: Primary technical services shall be performed by the Contractor's personnel who are licensed members in 11 primary task areas: Project Management; Civil Engineering; Mechanical Engineering; Structural Engineering; Electrical Engineering; Construction Observation; Architecture; Community Planning (Base Comprehensive Planning as defined in AFI 32-7062; Geographic Information Systems/IT Systems; Cost Estimating; and Asbestos & Lead Paint Engineering. The majority of the work will occur at the following AMC locations: South Carolina, Delaware, Washington, North Dakota, Arkansas, Florida, Kansas, New Jersey, North Carolina, Illinois and California. The contractor may subcontract portions of the requirement to licensed professionals. Qualified firms shall provide licensed architects (Registered Architects) and engineers (Professional Engineers), certified planners (American Institute of Certified Planners), and Registered Environmental Managers (REM). All licensed professionals in response to this Sources Sought/Request for Information (SS/RFI) will be identified as "Key Personnel" in the subsequent contract awards. Substitutions of Key Personnel after award must be with personnel having equal or higher qualifications and approved by the Contracting Officer prior to filling the position. Qualified firms shall possess professional qualifications necessary for satisfactory performance of required services in all primary task areas identified in SOW paragraph 2.5. 3. Past Performance: Contractors may provide a maximum of 10 relevant projects performed within the past three years. Contractors are encouraged to provide past performance for construction projects valued over $150,000. Past Performance Reference Worksheet Submittal (See Attachment d - Part 1 Contractor Information and Part 2 Respondent Information) will be due with offers. Contractor and/or subcontractor(s)/team members must demonstrate successful "recent" (within three years) and "relevant" (primary task areas) performance on similar primary task area projects performed for the Air Force (desirable), other government agencies or private industry. The contractor's and subcontractors' (listed on the SF 330 - Part I, Section C, Block 9) performance in the following categories will be reviewed: Customer Satisfaction; Quality; Timeliness; Responsiveness; Subcontracts and Management; Change/Cost Control. The following ratings of "Outstanding," "Excellent," "Satisfactory," "Marginal," or "Unsatisfactory," will be utilized in evaluating the above performance areas. The government will retrieve the contractor and subcontractor(s) past performance information from PPIRS (Past Performance Information Retrieval System) and ACASS ( Architect-Engineer Contract Administration Support System ). See Attachment b for specific instructions on completing Part I of the SF 330. The government will consider past performance reviewed through the Past Performance Reference Worksheet Submittal (Attachment d), PPIRS, ACASS, web search, follow-up of non-returns, and other sources of information etc. Firms will be evaluated on past performance with respect to work quality, compliance with schedules, and cost control. Firms can include any letters of commendation or awards. 4. Capacity to Accomplish the Work : Qualified firms must have the capacity to accomplish the work in the required time. The contractor and any proposed subcontractors must demonstrate the ability to complete multiple Task Orders simultaneously. When evaluating the SF 330 packages received, the technical evaluation team will utilize the evaluation criteria to narrow the field to approximately nine firms. The technical evaluation team will utilize evaluation criteria in order of importance to create the "short list." The "short-list" group will have presentations/discussions with the Final Selection Board. Travel will not be reimbursed. Final Evaluations : 1. Presentation: The contractor shall give an overall company presentation (35 minute maximum) at Scott AFB to the selection board. Board members will not ask questions during or upon completion of their presentation. 2. Interview/Discussions: Following the oral presentation, the Final Selection Board will convene for 15 minutes to compile questions if necessary. An additional 15 minutes will be allotted to allow the contractor to respond to the Board's questions and ask any of their own if time permits. Final selection will result in the award of three firms. A minimum of one small business award will be made. After contract notification to the anticipated three contractors, the following items will be required for submission and negotiation: fee schedule of hourly rates of services for the base year/option years and a subcontracting plan (large business only). Each award will be an Indefinite Delivery Indefinite Quantity (IDIQ) where work is ordered via task orders on an as-needed basis during the life of the contract provided the government and the contractor agree on the amount. Each task order will be a firm fixed price A-E contract. The duration of the contract will be for one year from the date of initial contract award with four additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $25,000,000 for the entire contract term. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the government subject to workload and/or satisfaction of the A-E performance under the subject contract. There will be no synopsis in the event the options are exercised. The minimum guarantee for the contract is $3,000. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website at http://www.ccr.gov. The following certifications and registrations are also mandatory prior to award of a contract: Online Representations and Certifications Application (ORCA) @ https://orca.bpn.gov/; and Wide Area Workflow (WAWF) @ https://wawf.eb.mil/. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 should be typed and one-sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all Key Personnel listed in Section E with the associated firm as listed in Section C. Include a summary of qualifications in narrative discussion addressing each of the above selection criteria in Section H, Block 30 of the SF 330. Also include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF 330. Responses are due no later than 2:00 p.m. Central Daylight Time (CDT) on May 11, 2012. Send responses to the Contracting Office Address below. This address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized (except for Part 2: Past Performance Reference Worksheet Submittal respondent information). Architect-Engineer firms responding to this advertisement are required to submit three hard copies in a binder described in Attachment a. Submission Requirements Checklist to HQ AMC/A7KQA (address below) in response to the Synopsis. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Firms responding to this notice by the date and time stated above will be considered. THIS IS NOT A REQUEST FOR PROPOSALS. Contracting Office Address: HQ AMC/A7KQA Presolicitation No.: FA4452-12-R-0029 Attn: Carol Voyles 507 Symington Drive, Rm W202 Scott AFB, IL 62225 Point of Contact(s): Carol Voyles @ carol.voyles.1@us.af.mil or 618-256-1188 or Dan Fadely @ daniel.fadely@us.af.mil or 618-256-9955
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4452-12-R-0029/listing.html)
 
Place of Performance
Address: Location varies., United States
 
Record
SN02720323-W 20120414/120412234943-48732d825587ebe8313440a95da60b89 (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.