Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
MODIFICATION

C -- A-E Services - Questions and Answers #5

Notice Date
10/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-15-R-0999
 
Archive Date
11/6/2014
 
Point of Contact
Joe D. Wells IV, Phone: 919-722-5425, Kathryn Harshberger, Phone: (919) 722-5602
 
E-Mail Address
joe.wells.1@us.af.mil, kathryn.harshberger.1@us.af.mil
(joe.wells.1@us.af.mil, kathryn.harshberger.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers #5 THIS IS A REVISED SYNOPSIS, AS OF 10 OCTOBER 2014: This request is issued on an unrestricted basis. This is not a solicitation or request for proposal; this synopsis is for the purpose of soliciting SF 330's from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. There is no specific design effort being solicited. This is an Architect-Engineer (A-E) service acquisition for a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for a base period of one year and four option periods of one year each. The NAICS Code is 541330. The resultant solicitation and award will be accomplished in accordance with the Brooks A-E Act as implemented in the procedures of the Federal Acquisition Regulation, Subpart 36.6. A-E services are required for development of plans, specifications and cost estimates suitable for bidding and repairs, renovations, alterations, upgrades, possible replacement (new construction), and associated demolition work for various/potential projects primarily at Seymour Johnson AFB and occasionally at Dare County Bomb Range and Fort Fisher in NC. A. Type of Work: North Carolina Registered Professional A-E services with the required disciplines of architectural, structural, civil, environmental, electrical, fire protection, and mechanical. Field surveying, geotechnical, landscaping design and architectural rendering capabilities must be identified. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. A-E services for these projects will be accomplished under Task Orders written against the IDIQ contract. The selected A-E firm will be required to participate in an orientation, scope of work and site visit meetings (when requested) within 7 calendar days after receiving the request for proposal for a project that will result in a task order. The maximum monetary limit for all task orders under this contract shall not exceed $4,900,000.00 with the maximum task order amount of $500,000.00. The guaranteed minimum for the IDIQ contract is $2,000.00 for the life of the contract. The work involved is multi-disciplined and includes, but is not limited to architectural, structural, civil, environmental, plumbing, electrical, fire protection, site work, and mechanical requirements. Field surveying, geotechnical investigation, landscaping design, and architectural rendering capabilities may be required. Familiarity with sustainable design through an integrated design approach is required. Familiarity with English and metric system of measurements is required. The firm must also be able to provide on-site engineering to perform complete/partial designs, design reviews, cost estimates, etc. on an on-call basis for one (1) to five (5) days per week (not every week, just as needed based on workload), part-time and/or full-time on-site project specific construction inspection, contract administration and field engineering services. All drawings are to be D size (24" x 36") in paper and electronic attachment, DWG format and shall be 100% compatible with Computer Assisted Design Drawing Software (CADD). Documentation shall be furnished with each drawing file detailing layer usage, and scale information for drawings. CADD Drawings shall conform to SJAFB CADD standard which is based on the U.S. Army Corps of Engineers CADD STD 4.0 dated July 2009. CADD drawing sets shall use the Drawing Sheet Set Manager, drawing templates, and layer standards as described in SJAFB CADD standards. Title blocks shall remain unaltered and title block data shall be updated utilizing the Sheet Set Manager. The selected firm must have the capability of providing final drawings formatted in AutoCAD 2012 or higher, drawings produced using AutoCAD LT versions are unacceptable. Each final drawing set shall be provided using the "E-Transmit" function of AutoCAD, and provided on CD-ROM formatted for the Windows operating system. On occasion, Building Information Modeling (BIM) may be requested or required (see http://www.wbdg.org/references/afbim.php). Firms are reminded of the requirement in FAR 36.601-3(a), which states that the construction design specifications shall require the maximum practicable use of recovered materials considering the performance requirements, availability, price reasonableness, and cost-effectiveness. The possibility of hazardous materials, i.e., asbestos, lead paint, and other materials may exist at project sites. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm or its sub-contractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of construction requirements/ acquisitions. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, concept designs, cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, preparation of construction record drawings, and O&M manuals, may be required at any time up to final acceptance of all work. All offerors are required to be registered in the System for Award Management (SAM) database prior to receiving a contract award. All offerors in response to a solicitation shall complete electronic annual representations and certifications at https://www.sam.gov in conjunction with required registration in the System for Award Management (SAM) database. B. EVALUATION /SELECTION CRITERIA: Selection criteria to be utilized are listed in the relative order of importance as follows: 1. Professional qualifications and registrations necessary for satisfactory performance of required services; 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Environmental, Mechanical, Electrical Engineers, Plumbers, Interior Designers, Landscape Designers, Registered Surveyors, and Fire Protection Specialists; ability to provide on-site engineering to perform designs, design reviews, cost estimates, etc. on an on-call basis for one (1) to five (5) days per week (not every week, just as needed based on workload), part-time and/or full-time on-site project specific construction inspection, contract administration and field engineering. Ability to provide full and/or part-time on-site designs and plans review by professional engineers and/or architects on an as-needed basis; Historical dollar value and magnitude of requirements performed; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD) and in Building Information Modeling (BIM) systems; 3. Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meeting project dollar thresholds, and current workload; 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Past performance of the A-E firm (and their sub-contractors) will include quality control/quality assurance program to assure coordinated technically accurate Request for Proposal (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Past Performance Information Retrieval System (PPIRS) will be queried for all prime firms to be assessed; Government will also consider any credible information obtained from other sources in addition to those identified by the firm (including Past Performance Questionnaires for Section F projects) if adequate information is not available in PPIRS. 5. Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the subject project; Special emphasis will be placed on firms located within 150 miles of Seymour Johnson AFB NC which is located in Goldsboro NC. 6. Acceptability under other appropriate evaluation criteria: Volume of DoD contracts awarded in the previous 12 months. It is estimated resultant contract(s) will be awarded in or about the third quarter of fiscal year 2015. Two (2) contracts will be awarded as a result of this synopsis for Standard Forms 330s Parts I and II and resultant solicitation. C. REQUIRED DOCUMENTS: Interested firms, which meet the requirements described in this announcement, are invited to submit three copies (1 original and 2 copies) of their completed Standard Form (SF) 330, Parts I and II, Architect-Engineer and Qualifications and supporting data. Standard Forms 330: Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8 ½ x 11 paper, font size 12. Font size no smaller than 8 is allowed for use in the SF 330 Block Titles, captions, tables and illustrations. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Past Performance Questionnares for Section F projects, cover, back and SF 330 index tabs are excluded from the page allowance. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable. This is not a solicitation or request for proposal; this synopsis is for the purpose of soliciting SF 330's from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (15 Oct 2014, 4:00 PM EST) will be considered for selection. Fax copies will not be accepted. Address Standard Forms 330 submittal to: 4th Contracting Squadron/LGCA, 1600 Wright Brothers Avenue, Seymour Johnson AFB, NC 27531, ATTN: Mrs. Kathryn Harshberger. Primary POC is SrA Joe Wells at (919) 722-5425; e-mail: joe.wells.1@us.af.mil. Alternate POC is Mrs. Kathryn Harshberger at (919) 722-5602; email: kathryn.harshberger.1@us.af.mil. Address any questions in writing to the above individuals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-15-R-0999/listing.html)
 
Place of Performance
Address: 1600 Wright Brothers Ave, ATTN: 4 CONS, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03548530-W 20141012/141010233903-658dc15d0fff19aa2fccdb0d3cff371d (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.