Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SPECIAL NOTICE

C -- BLDG 801 - A-1 INVESTIGATIVE - RFI TEMPLATE

Notice Date
9/15/2016
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, National Guard Bureau, 179 AW/LGC, 1947 Harrington Memorial Road, MANSFIELD, Ohio, 44903-0179
 
ZIP Code
44903-0179
 
Solicitation Number
F7R3136215AW01
 
Point of Contact
GORDON STROM, Phone: 4195206390
 
E-Mail Address
gordon.m.strom.mil@mail.mil
(gordon.m.strom.mil@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RFI TEMPLATE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE NATIONAL GUARD IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD PROGRAMS THROUGHOUT THE US AND ITS TERRITORIES. CONTRACT INFORMATION: The National Guard Bureau is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36. This announcement is posted in accordance with FAR 5.205(f). This requirement is set-aside for qualified 8(a) companies within Small Business Administration (SBA) Columbus, Ohio District - 0593, in accordance with FAR 19.804-2(c). All qualified companies shall be identified by the SBA district office. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $38.5. 8(a) companies are encouraged to team with other Small businesses where possible. The 179 th AW intends to award a single firm fixed price contract for this requirement. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. PROJECT INFORMATION: ***ONLY TYPE A-1 SERVICES ARE BEING REQUIRED FOR THIS PROJECT*** A-E Services shall provide services in accordance with ANGETL 10-03, ANG Design Objectives and Procedures (Tab C) and any/all applicable standards, to include but not limited to; Presidential Orders, Congressional Mandates, UFCs, DoD Directives, Air Force Instructions and Engineering Technical Letters (ETLs). Services shall include, but not be limited to, preparation of a basis of design, concept proposal and development, generation of multiple alternative concepts, development of construction contract documents (to include plans, specifications, calculations, cost estimates, cost management plans, quality control and assurance plans, drawings, and associated details), and construction inspection and testing services. The services are for the investigation and repair of the roofing system at Building 801 for the 179 Airlift Wing in Mansfield, Ohio. Additionally, task orders may be issued for support services which require A-E Services as defined in FAR 2.101. SITE SPECIFIC CRITERIA: The 179th Airlift Wing (179AW) and 200th RED HORSE, Detachment 1 requires a facility to provide training in support of home station and contingency training. Building 801 was constructed in 2010 and completed in 2011. The existing roofing is constructed of a metal roof system. Evidence of leaking has been identified and recorded around areas of the facility. SELECTION CRITERIA: Authority: Air National Guard (ANG) Engineering Technical Letter (ETL) 15-04, Architect-Engineer Selection Process, Attachment 1, Paragraph 4: Criterial for A-E Evaluation, et seq. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). •1. Criteria A: Past Performance based on established CPARS ratings, personal knowledge and other credible information included on SF 330 •a. Government Agencies & Private Industries •b. Cost Control; •c. Quality of Work; •d. Complexity of Work; •e. Performance Schedule; •f. Customer Satisfaction. •2. Criteria B: Professional Qualifications - Qualifications deemed necessary for satisfactory performance of required services. The selected firm must have, either in-house or through consultants, the following disciplines, with registration required, where applicable. This factor evaluates the experience of persons on the team in each of the architectural and engineering disciplines required to accomplish the project, with appropriate registration by the State of Ohio where applicable: •a. Architect; •b. Structural Engineer; •c. Interior Designer; • i. Registered Architect with specialized experience; • ii. Registered Interior Designer, and/or; • iii. NCIDQ Certified Interior Designer •d. Cost Estimator; • i. Must be Certified by the following: •1. AACE; •2. ICEC, and/or; •3. PCEA; • ii. Firm and/or Consultants must be: •1. Specifically Identified; •2. Competence Indicated by Resume •e. Sustainability Specialist; • i. LEED-AP • ii. Commissioning Agent •3. Criteria C: Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Examples and representative projects related to roofing systems repair and construction are preferred and recommended. •a. Design of Military Projects • i. Programming Documents; • ii. Plans; • iii. Specifications •b. Design of Government and Commercial Facilities; •c. Sustainable Design • i. Utilization of Leadership in Energy and Environmental Design (LEED) rating tools; • ii. LEED Certified Projects • iii. LEED Registered Projects • iv. LEED Accredited Professionals •d. Use and Compliance of DoD Unified Facilities Criteria (UFC) and Unified Facilities General Specifications (UFGS); •e. Use and Compliance of International Building Code (IBC) •f. Preparation of Related Permit applications •g. Design Tools such as CAD •h. Construction Quality Assurance/Construction Quality Control (CQA/CQC); • i. Submittal Evaluation; • ii. Construction Surveillance; •i. Standard Form 330, Block H • i. Quality Management and Assurance Plans (QMPs & QAPs); • ii. Cost Controls • iii. Significant Experience, to include other firms; •4. Criteria D: Capacity to accomplish multiple tasks in the required time; •5. Criteria E: Location(s) of Offices; •a. Ability to deliver services to location; •b. Knowledge of location (e.g. climate, local work force, etc.) and • i. Local Laws • ii. State Laws •6. Criteria F: Volume of DoD Work; •7. Criteria G: Small Business Participation; •a. Small Business; •b. Small Disadvantage Business; •c. Women-Owned Small Business; •d. HUB Zone Small Business; •e. Veteran-Owned Small Business, and/or •f. Service-Disabled Veteran-Owned Small Business This is not a request for proposal. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. Solicitation packages shall not be provided. Declaration of Interest and applicable SF 330's shall be submitted no later than 3:00 P.M. Eastern Time on 20 September 2016. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late submission rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Eastern Time on the closing date specified in this announcement. Interviews are not planned to be conducted at this time. All questions shall be in writing to the POC listed above. Phone calls and personal visits for the purpose of discussing this solicitation with ANG contracting/project management and or engineering personnel are not allowed. To verify your SF 330 submittals and any supplemental information have been received, you may e-mail the Base Contracting Officer. SUBMIT QUESTIONS ONLY TO: The Base Contracting Officer (Gordon Strom, gordon.m.strom.mil@mail.mil ). No phone questions will be honored. Questions will be answered in writing via email or in request for information (RFI) format
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/F7R3136215AW01/listing.html)
 
Place of Performance
Address: 179TH AIRLIFT WING, OHIO AIR NATIONAL GUARD, 1947 HARRINGTON MEMORIAL RD, MANSFIELD, Ohio, 44903-8049, United States
Zip Code: 44903-8049
 
Record
SN04273953-W 20160917/160916000145-93d762e190a69b60228273bf60399e90 (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.