Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

C -- Architect and Engineering Services Broad Agency Announcement

Notice Date
3/26/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
A-EProject150071
 
Point of Contact
Amanda Ruffin, Phone: 4789262388
 
E-Mail Address
amanda.ruffin@us.af.mil
(amanda.ruffin@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS ACQUISITION IS SET-ASIDE FOR 8(a) SMALL BUSINESS PROGRAM. Packages shall be submitted to: Marquis Salley, 78 CEG/CENMP Building 280 505 Page Road Robins AFB GA, 31098 This project includes, but not limited to provide all labor, material, plant, equipment, supplies, transportation and coordination required for the completion of all Architectural and Engineering (A&E) firm supported projects for multi-discipline construction projects. The AE shall perform all the services and furnish all the materials required for the production and subsequent delivery of field investigations, surveys, design calculations, drawings, specifications, cost estimates and electronic files for maintenance, repair, alteration, and new construction projects. This will be a new Firm Fixed Price Indefinite Delivery Contract Mutliple Award Contract. The contract period is for 12 months. The government, at its discretion, may renew the contract annually for up to an additional 4 years upon completion of the initial 12 month period. For any of these contracts, there is no guarantee that work will be awarded in any given year, even if the government elects to renew the contract. Evaluation Factors: 1) Specialized Experience (25pts): The evaluation will consider the specialized experience and technical competence of the proposed team relative to the primary and secondary A-E services and project types required by this contract. Consideration will be taken in whether the A-E has experience in dealing with industrial, manufacturing, and hangar facilities similar to those at Robins AFB. Consideration will also be taken into the A-E's experience with sustainable design and LEED. 2) Professional Qualifications (25pts): The evaluation will consider the professional qualifications of the proposed key personnel of the design team in providing relevant primary and secondary A-E services for the project types required by this contract. Aside from the A-E's appointed Project Manager/Liaison being registered in the state of Georgia, consideration will be taken in the disciplines employed under the same company of the prime Contractor and their registrations. 3) Professional Capacity (15pts): The evaluation will consider the Contractor's capacity to accomplish all work in the required time allotted in each task order. Consideration will also be taken in the Contractor's present workload and capability to integrate work under this contract with other commitments and the capacity to accomplish multiple task orders simultaneously with overlapping delivery dates. The contractor should demonstrate that enough people are employed to handle our anticipated workload at Robins AFB, GA. The contractor will be evaluated on whether they have all disciplines in-house or if they rely on consultants. 4) Past Experience (15pts): The evaluation will consider the contractor's past performance on projects regarding quality of work, cost control, compliance with performance schedules, and customer satisfaction, with emphasis on example projects presented in the SF330. The evaluation will be based on past performance assessments and other available past performance information. Consideration will be taken in the points of contact provided in the proposal and may be contacted. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. 5) Previous DOD Work (10pts): The evaluation will consider the contractor's experience in working for the government on design and construction contracts and understanding the regulations in which the government operates under. Consideration will be taken in the contractor's role in the project, department(s) in which they've worked for, cost associated with the design and/or construction, and the complexity of the contract. 6) Location and Knowledge of the Facility (10pts): The evaluation will consider the contractor's location and demonstrated knowledge of and project experience within the geographic areas where projects are anticipated for this contract. Consideration will also be taken into the location of the contractor's main office and any branch offices and sub-consultant offices that will be utilized for this contract, description of contractor's availability and ability to ensure timely response to requests for onsite support. Prime A-E firms with a local office in southern California may be considered more favorably in the evaluation. In order to be evaluated, the firms must submit the total dollars awarded to the firm by the DOD in the past 12 months or past A-E fiscal year. Firms desiring consideration will submit SF330 and appropriate data as described above. Special mail delivery such as FedEx or UPS should be sent to the Project Manager, Marquis Salley, at Building 280 505 Page Road Robins AFB GA, 31098 Responses shall be received no later than 4pm EST on 27 April 2015 to be considered for selection. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/A-EProject150071/listing.html)
 
Place of Performance
Address: Robins Air Force Base, GA, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03680795-W 20150328/150327000211-ca1351c8b7b72ed331c81c68bf64f546 (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.