Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOLICITATION NOTICE

C -- Luke AFB A&E Services

Notice Date
1/12/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
FA4887-18-R-Luke-AE
 
Point of Contact
Chad W. LaValley, Phone: 6238562790, Joshua Wolery, Phone: 6238569665
 
E-Mail Address
chad.lavalley.1@us.af.mil, joshua.wolery.2@us.af.mil
(chad.lavalley.1@us.af.mil, joshua.wolery.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 56th Contracting Squadron, Luke Air Force Base (AFB), AZ intends to issue a Request for Proposal (RFP) for the acquisition of multi-discipline Architect and Engineering Title I and Title II services at Luke AFB, AZ, Gila Bend Auxiliary Airfield, AZ, Fort Tuthill, AZ, the Air National Guard Base and associated facilities in the greater Phoenix Metropolitan Area, AZ, and Davis-Monthan AFB, AZ. Title I design services shall consist of architectural, civil, structural, mechanical, electrical, environmental, landscape, fire protection, communications, topographical cadastral, and geotechnical surveys of existing conditions or facilities and field surveys for topographic or locative purposes; development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project. The area of work shall include, but not limited to, Luke AFB, AZ, Gila Bend Auxiliary Airfield, AZ, Fort Tuthill, AZ, the Air National Guard Base and associated facilities in the greater Phoenix Metropolitan Area, AZ, and Davis-Monthan AFB, AZ. The architect services performed shall be licensed in the state of Arizona. The A-E shall perform other A-E services that are not Title I services as ordered by the Contracting Officer. Such services may include, but not be limited to, review of contract submittals, review of shop drawings, and preparation of change orders, fact-finding studies, surveys, investigations, developing design criteria, interior design, and preparing base comprehensive plans (BCP), and other professional A-E services not necessarily connected with a specific construction project. Environmental work may include remediation projects and Hazardous, Toxic, and Radioactive Waste (HTRW) studies. Work may include developing Requests for Proposals for design-build projects or developing more extensive designs to be used in design-bid-build contracts. In a design-build project, A-E would provide 10% or 35% design package along with a detailed project Scope of Work for bidding by design-build contractors. In a design-bid-build project, A-E would provide a 65%, 90%, or 100% design package along with a detailed Scope of Work for bidding. Title II services would require one to four full-time inspectors to provide supervision of construction, review of contractor submittals and shop drawings, and as-built drawings as well as prepare change order documents. The primary responsibility of the inspector is to provide the Government with documentation whether or not the construction conforms to the design drawings and specifications. The North American Industry Classification System (NAICS) number for this effort is 541330 - Engineering Services; size standard is $15M. The Government anticipates award of (3), not-to-exceed multi-discipline, Firm-Fixed Price, A-E IDIQ contracts for Title I and Title II services, resulting from this notice as a competitive full and open synopsis with no Small Business set-aside. The anticipated performance period is a (5) year ordering period. Cumulative amount of all task order fees will not exceed $6,500,000 over the life of the contract. The request for Contractor's Qualifications on the Standard Form 330 will be issued on or about 5 February 2018 with a 30 day proposal period. All responsible sources may submit qualifications, which shall be considered by the agency. The request for Contractor's Qualifications along with the Statement of Work and all subsequent notices and amendments will be posted on the internet at http://fedbizops.gov. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent notice. Any questions in regards to this notice must be submitted in writing or via email to the 56th Contracting Squadron, Contract Specialist, Chad LaValley at chad.lavalley.1@us.af.mil, or by telephone at 623-856-2790 or, Joshua Wolery at joshua.wolery.2@us.af.mil or telephone at 623-856-9665. Contracting Office Address: 14100 W. Eagle Street Luke AFB, Arizona 85309
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-18-R-Luke-AE/listing.html)
 
Place of Performance
Address: 14100 W. Eagle Street, Luke AFB, Arizona 85309, Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04788670-W 20180114/180112230630-f250db74e064b8fa7dc998e7320eafae (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.