Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

C -- SUBMITTION OF A-E QUALIFICATION PACKAGES, SF 330 - Package #1

Notice Date
6/13/2017
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904, United States
 
ZIP Code
57706-4904
 
Solicitation Number
ELLSWORTH-17-A-E-SMALL
 
Archive Date
8/4/2017
 
Point of Contact
David L. Mendelsohn, Phone: 605-385-1748, David M Goff, Phone: 6053851734
 
E-Mail Address
david.mendelsohn@us.af.mil, david.goff.6@us.af.mil
(david.mendelsohn@us.af.mil, david.goff.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 330, Architect-Engineering Qualification Package THIS IS A NOTICE ONLY FOR SUBMISSION OF ARCHITECT-ENGINEERING QUALIFICATION PACKAGES, SF 330. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS, ETC., ASSOCIATED WITH THIS NOTICE. DESCRIPTION: ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACT(S) FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, TITLE I, AND TITLE II INSPECTION SERVICES AT ELLSWORTH AFB, SD. 1. This solicitation notice is limited to Architect and Engineering firms located within a 100 mile radius of Ellsworth AFB, SD, and must be registered with the State of South Dakota. This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is a TOTAL SMALL BUSINESS SET ASIDE for firms classified as Small Businesses under NAICS Code 541310, Architect and Engineering Services. The proposed North American Industry Classification Systems (NAICS) Code is 541310 which has a corresponding Size standard of $15,000,000.00. The Small Business prime contractor, which must be an architecture or engineering firm, must perform fifty percent (50%) of the work in-house. The firm's capability statement shall demonstrate the qualification necessary to meet the 50% in-house requirement. Additionally, the selected firm(s) must perform the primary Architectural and Engineering disciplines and may employ qualified consultants to perform other disciplines. Before a small business is proposed as a potential contractor, they must be certified by the U.S. Small Business Administration and registered in System for Award Management (SAM) accessed at http://www.sam.gov. 2. Scope of Services: Procure professional services of Architect and Engineering (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required A-E services. Projects will vary by type, scope, and complexity requiring the use of various and multiple facility design disciplines and related technical services. A-E services for architectural, civil, structural, mechanical, electrical, environmental, landscaping, interior design, surveying and geo-technical investigations will be required. Other professional services for comprehensive planning, studies, reproduction, electronic document posting, and construction management/ administration will be required. The A-E will be required to prepare studies, plans, conceptual drawings, drawings, technical specifications, cost estimates, analysis, reports and value engineering as required for a variety of maintenance, repair, alteration, renovation for delivery of construction projects. Services provided will be primarily for execution of sustainment, restoration and modernization projects; minor construction (addition/remodel); maintenance (repair/alteration) of existing real property; and/or support of Government in-house designs. Construction cost limitation will be specified for each task order in the scope of work. The anticipated ceiling of the IDIQ is $1,600,000. The contract period of performance for all contracts will consist of one 12-month basic year, plus four option year periods of 12 months each. No State level certifications shall be accepted. A professional Architect and/or Engineer in the appropriate discipline, licensed in the State of South Dakota, shall stamp all contract drawings. Failure to register may render the A-E Firm ineligible for award. Professional services shall include Title I, Title II, Base Comprehensive Plans and other A-E services. Types of services required will be architectural and engineering in the fields of mechanical, electrical, civil, structural, environmental, aircraft fueling systems, and geotechnical. Firms providing any combination of these services either in-house or through subcontractors may apply. Interested firms should respond to this announcement by submitting two copies of the SF 330, Architect-Engineer Qualifications, in electronic file format on CD to arrive at the below address NOT LATER THAN 20 JUL 17. Contract award is anticipated to be in April-May 2018 timeframe. 28 CONS/PKA ATTENTION DAVID L. MENDELSOHN/DAVID M. GOFF 1000 Ellsworth Street, Suite 1200 Ellsworth AFB SD 57704-4904 CONTRACT INFORMATION: Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of three (3) A-E Open-End contracts may be awarded based on amount and type (primary discipline) of projected workload and availability of funds under NAICS code 541310. The total fees for the basic year and all option years shall not exceed $1,600,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $1,000 over the life of the contract, and a maximum contract capacity of $1,600,000. SELECTION CRITERIA: Evaluation factors include the following: a. Specialized experience and technical competence. b. Professional qualifications. c. Past performance with respect to execution of DoD and other contracts. d. Professional capacity for timely accomplishment of the work. e. Volume of work previously awarded by this office and DoD. f. Location of firm in the general geographical area of EAFB. Evaluation factors "a" through "c" are the most critical. Least important are evaluation factors "e" and "f". All interested offerors must be registered in the System for Award Management (SAM), https://www.sam.gov. All of the above information must be submitted in sufficient detail for a decision to be made on the availability of small business concerns In addition, this announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Potential interested parties are responsible for downloading their own copy of the SF 330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfe5d863c91bb67197961a2f31320534)
 
Place of Performance
Address: Within a 100 mile radius of Ellsworth AFB, SD, Ellsworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN04542137-W 20170615/170613234346-dfe5d863c91bb67197961a2f31320534 (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.