Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

C -- A&E SERVICES

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FA561313R0013AESERVICES
 
Archive Date
12/18/2012
 
Point of Contact
BRAD NELSON, , Jasmine W. Thomas, Phone: 496315368411
 
E-Mail Address
BRAD.NELSON@RAMSTEIN.AF.MIL, jasmine.thomas@ramstein.af.mil
(BRAD.NELSON@RAMSTEIN.AF.MIL, jasmine.thomas@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation for proposals and no contract shall be awarded from this synopsis. The information received will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the survey. Ramstein Air Base, Kaiserslautern, Germany is seeking sources with current relevant experience, personnel and capability to perform an Architect-Engineer (A-E) IDIQ, Firm Fixed Price (FFP) contract within the Kaiserslautern Military Community (KMC) area. These projects are intended to provide professional and non-professional Architectural and Engineering support services for projects. The A-E contractor shall furnish the required personnel, management, facilities, supplies, equipment, instruments, transportation, materials (other than those furnished by the Government as hereinafter provided or in individual task orders), and other items and services as necessary to accomplish the required services and provide the Government reports and other data together with supporting material developed during the period of performance. During execution of the work, the A-E contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and timely progress of the work. The aforementioned general description of work does not, in any way, limit the responsibility of the Contractor to perform all work and furnish all labor, materials, tools, equipment, transportation, quality control management and supervision necessary to complete all operations required. All aspects of the A-E service shall be completed and ready for use in accordance with the technical provisions (specifications) and applicable drawing plans of these projects. Multi-disciplined A-E services are required for design of various US military buildings, structures and facilities in Europe. Specific disciplines are, but not limited to, as follows: • General Architectural Services • Interior Design and Space Planning • Landscape Architecture • Electrical Engineering • Civil Engineering • Structural Engineering • Mechanical Engineering • Geotechnical • Environmental (LEED) • Surveying • Compliance inspections Design work involves but is not limited to major and minor new construction, and alteration, repair or rehabilitation of various structures such as: barracks, multi-family and single-family housing units, utility systems, vehicle maintenance facilities, administrative buildings, above and underground storage tanks (AST and UST), gas stations, oil-water separators (OWS), grease traps (GTs), pavement (streets, parking lots), airfield (runways, taxiways, ramps), storm and sanitary sewer, rain water retention basins, rain water overflow basins, water and other U.S. military facilities. Architect-engineer services may be required for developing Request-For-Proposal packages for design/build projects. Projects may involve security upgrades, feasibility studies, and construction supervision and inspection. A-E services may include: engineering assessments and systems analysis of existing facilities and infrastructure, anti-terrorism/force protection (ATFP) assessments and design, site investigations and technical assessments, structural analysis and testing, feasibility studies (to include cost estimating, energy conservation, fire protection, electrical, HVAC, storm and sanitary sewer, water, pavements, environmental assessments, etc.), environmental assessments and technical assistance, occupational safety and health coordination, contaminant surveys (asbestos, mineral hydrocarbons, etc.) and abatement design, energy conservation and fire protection, minor project scope development, cost estimating and estimate analysis, project schedule development and network analysis, construction management, inspection and quality assurance, safety inspections, materials and equipment testing including systems commissioning, technical review of designs and cost proposals, bid ability, constructability, operability and environmental compliance reviews, value engineering studies and other general engineering and design services. All submittals shall be in English (USA) and German languages. Projects may also involve sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthful, safe and productive work environments; compliance with Host Nation (HN) and United States (US) environmental laws and regulations. All support and design services shall include associated travel, reproduction, compliance with US and HN local (where work/project is to be performed) laws, regulations, construction practices, and procedures. The A-E shall perform all or part of the following services as more specifically identified in task orders: General services include, but are not limited to: design of various repair or rehabilitation, maintenance and minor construction projects involving architecture, civil engineering, structural engineering, mechanical engineering, electrical engineering and other related disciplines (e.g. sustainable design, fire protection; electrical and HVAC; pavements (streets, parking lots), airfield (runways, taxiways, tamps), water, storm and sanitary sewer, rain water retention and overflow basins, communications; topographic surveys; geotechnical surveys; structural investigation, analysis, and testing and bringing back to compliance if necessary). Projects may include utilities, engineering and feasibility studies, site investigations and surveys, compliance inspections (AST, UST, Gas stations, grease traps and OWS) including technical advice, construction supervision and inspection and contaminant surveys and abatement design and other general engineering and design services. The North American Industry Classification System (NAICS) Codes are 541330 Engineering Services, 541310 Architectural (except landscape) services, and 541320, Landscape Architectural Services. Any resultant contract will be a Firm Fixed Price (FFP) contract. Interested parties should submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than close of business - 4:30 PM Central European Time (UTC+1) on 3 December 2012. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information: a detailed capabilities statement detailing their experience within the past three years of same or similar work described in this notice, point of contact with phone and e-mail information, business status, and a positive statement of interest to submit a proposal. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be current/active in the System for Award Management (SAM). The SAM website can be found at http://www.sam.gov/. Submission of any information in response to this sources sought notice is completely voluntary. Once again, no reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The primary point of contact for this notice is TSgt Brad A. Nelson at e-mail brad.nelson@ramstein.af.mil. The alternate point of contact is SSgt Jasmine Thomas at email jasmine.thomas@ramstein.af.mil. All written/e-mail responses should to be received by 4:30 PM Central Europe Time (UTC+1) on 3 December 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FA561313R0013AESERVICES/listing.html)
 
Place of Performance
Address: RAMSTEIN AIR FORCE BASE, RAMSTEIN-MIESENBACH, 66877, Germany
 
Record
SN02935378-W 20121122/121120235409-d37de41c54b8fd72fe451242f0dcee07 (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.