Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

C -- Architectural and Engineering Services

Notice Date
8/12/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-16-Q-0083(A-E)
 
Point of Contact
Karla M. Jacob, Phone: 325-696-5261, LaToyer N. Furbush, Phone: 3256963551
 
E-Mail Address
karla.jacob@us.af.mil, latoyer.furbush@us.af.mil
(karla.jacob@us.af.mil, latoyer.furbush@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The North American Industry Classification System (NAICS) code is 541330 for Engineering and 541310 for Architectural Services. These apply to this acquisition AFGSC, Dyess AFB, TX desires to contract with Architect-Engineer (A&E) firms to perform Title I-A, Title I-B for a broad range of specialized, highly technical, architectural & engineering projects and studies of interest to the AFGSC Dyess installation. Projects may involve an individual discipline or a combination of architectural, civil, structural, electrical, mechanical, or other engineering services. The resulting contracts are the follow-on to the existing A&E services contracts. A&E selection procedures will be used to competitively award four (4) Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price type contracts. The period of performance will cover a one-year basic ordering period with four one-year option periods for each, and a six month extension (if required). The estimated program ceiling for all contracts awarded under this announcement is $15M. There will be no individual task order amount limitation within the ceiling. The minimum order amount guarantee for each contract awarded is $2,500 and is only guaranteed over the basic period of the contract. Each contractor must clearly state small business in the SF 330, Part II, Block 1. Each proposal shall be evaluated only one time. Individual task order performance per FAR 52.216-22, shall be completed within the period specified in the order. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for potential award (www.sam.gov). Title I-A services include all activities to support and generate required document submittals for Investigation Reports and Preliminary Cost Estimate. The Investigation Report must include documentation of specific requirements, the A&E options and solutions, and the result of the pre-design planning and investigation. The Preliminary Cost Estimate is based upon the completed investigation and pre-design planning and must cover all labor, materials, equipment, tests, and other expenses required for construction of the project. Title I-B services include performing all activities to support and generate required document submittals for Design Analysis, Contract Drawings, Contract Specifications, Construction Cost Estimate, Color Boards, Schedule of Material Submittals, and Bid Schedules. Title II services include, but are not limited to, performing all activities to support and generate required document submittals related to construction (Submittal Review Comments, Construction Inspection Records, Weekly Construction Summary, and As-Built Drawings). Other A&E services include, but are not limited to, establishing general design criteria; conducting fact-finding engineering studies, surveys, inspections, testing and investigations; facility siting studies; area development plans, system analysis and solutions to unique engineering problems which may arise; troubleshooting unique system problems; providing engineering evaluations, studies, and solutions; developing infrastructure assessment and analysis models; conducting facility and infrastructure condition assessments and facility energy assessments; providing energy consultation and energy awareness services; developing facility, infrastructure and other projects to include energy reduction and renewable energy projects, aircraft arresting system projects; environmental projects involving prevention and compliance; and providing technical training related to facilities, infrastructure and energy management. Selection of the A&E firms for these contracts will be based on information included in the Solicitation. There will be no pre-bid meeting. The evaluation board may interview firms who are slated. Information to be provided will be included in the Solicitation. Firms are directed to keep the total page count of entire submission to no more than 45 pages of text & graphics. Any additional pages and/or other documents submitted may be destroyed without consideration. The SF Form 330 is available on www.gsa.gov (forms). Transmittal letters, covers, blank pages, and tab dividers are not included in the 45 pages. The submittal shall be formatted as follows: 8.5" x 11", minimum element font size 10, single sided, secured with plastic comb, metal or plastic coil binding element, and portrait format. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0434ac82bed505ae04e68512785db92a)
 
Record
SN04221308-W 20160814/160812234358-0434ac82bed505ae04e68512785db92a (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.