Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2002 FBO #0161
SOURCES SOUGHT

C -- OPEN END ARCHITECT-ENGINEER (A-E) TITLE I, TITLE II AND OTHER INVESTIGATIVE SERVICES AT PETERSON AIR FORCE BASE, COLORADO AND IT''S 24 GEOGRAPHICALLY SEPARATED UNITS WORLDWIDE

Notice Date
5/10/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction 580 Goodfellow Street, Peterson AFB, CO, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
Reference-Number-PAFB-AE-02-03
 
Response Due
6/17/2002
 
Archive Date
7/2/2002
 
Point of Contact
Cheryl Middleton, Contract Specialist, Phone (719) 556-4757, Fax (719) 556-7881, - Allen Elliott, Contract Specialist, Phone (719) 556-6571, Fax (719) 556-7881,
 
E-Mail Address
Cheryl.Middleton@peterson.af.mil, Al.Elliott@peterson.af.mil
 
Description
Open End Architect-Engineer (A-E) Title I, Title II and other A-E Services for the 21st Space Wing at Peterson Air Force Base, Colorado and 24 geographically remote sites worldwide for a broad variety of maintenance, repair and construction projects. A-E Services required may include, but are not limited to, Field Investigations, Recommendations, Studies, Reports, Lifecycle Cost Analysis, Cost Estimates, Specifications, Product Research, Record Documents Research, Preparation of Construction Drawings and Presentations to coordinating agencies. Design Services may, in addition, require Asbestos and Lead Based Paint Abatement. It is anticipated that at least the following disciplines may be required: Architecture, Interior Design, Site Planning, Civil, Landscaping, Structural, Mechanical, Electrical, Roofing, Seismic, Sanitary, Fire Protection, Corrosion Control, Soils, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) Shielding, Energy Management Control System (EMCS) and Heating, Ventilation, Air Conditioning (HVAC) Controls, Power Distribution and Construction Inspection. Project managers of A-E firms and their consultants must hold a professional degree and be licensed professional engineers or registered architects. It is anticipated that one indefinite delivery, indefinite quantity (IDIQ) contract will be awarded for General Discipline Services. This contract will include Facility Planning, Design of Maintenance, Repair and Construction work for Air Force facilities and military family housing, Site Work, Pavements, Roofing, Structural Work, the Design of New Mechanical and Electrical Systems, Maintenance, Repair and Replacement of existing mechanical and electrical systems, Utilities, Substations, Distribution Networks, Heat Plants and Control Systems. Emphasis is on Repair and Maintenance projects valued at less than $2,000,000. A-E firms capable of providing this services and qualified to meet the requirements as described in this announcement are invited to respond to this announcement. Each A-E Firm?s response must include, one original and one copy of the following: (A) Standard Form 254, Architect-Engineer and Related Services Questionnaire, (B) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, (C) A cover letter which specifically addresses the evaluation criteria in order of sequence. The evaluation criteria for selection, listed in relative order of importance, is as follows: (1) Professional qualifications necessary for satisfactory performance of the required services; (2) Specialized experience and technical competence for the type of work required; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Demonstrated success in prescribing the use of recovered materials and achieving waste reductions and energy efficiency in facility design and repair; (5) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of the work as well as the quality control program used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules; (6) Previous work in the 21st Space Wing Complex; (7) Volume of work previously awarded to the firm by the Department of Defense (DOD) including the volume of subcontracts awarded by the firm to Historically Underutilized Small Businesses and Women-Owned Small Businesses (Note: Contracts awarded as result of this announcement will contain FAR clause 52.219-8, Utilization of Small, Small Disadvantaged, and Women-Owned Small Business Concerns, which requires prime contractors to use these business categories for subcontracting opportunities to the maximum practicable extent); (8) Computer capabilities - all design drawings prepared for these contracts must be produced on the Auto CADD system, version 14. Specifications shall be written using Microsoft Word for Windows, version 6.0, and cost estimates shall be prepared using Microsoft Excel, version 5.0. Computer capabilities shall also include the ability to place drawings and specifications in a format suitable for use in electronic advertising. The selection criteria carry the following weight; criteria 1 and 2 are of equal weight and greater than criteria 3 through 8, criteria 3 through 5 are of equal weight and greater than criteria 6 through 8, criteria 6 through 8 are of equal weight. Failure to provide information on criteria 1 through 8 above may result in disqualification of the firm. The top three firms chosen by the final selection board for each contract will be required to participate in a personal interview and make a technical presentation to the final selection board. The interview and presentation will occur at Peterson Air Force Base, Colorado. Delivery orders against the IDIQ contracts will be issued as projects are identified. No delivery order may exceed $299,000.00 in fees. An exception to this limitation is the initial delivery order to start the contract. This delivery order may exceed $299,000.00, but can be no more than the maximum limitation of the contract ($750,000.00 per year). The contract period will be for one year with a maximum limitation of $750,000.00. The Government may, at its option, extend the term of the contract for four additional one-year periods, each with a maximum limitation of $750,000.00 per year. There is a minimum fee guarantee of $5,000.00 for the initial year of the contract. No minimum fee guarantees are included in the options periods. This is not a Request for Proposal (RFP). Responses and submittals must be received before 2:00 P.M., Mountain Time, on 17 June 2002. Failures to complete the listed Standard Forms, provide the additional information requested, or provide such information and submittal on or before the specified time, may result in disqualification of the firm.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/21CONSb1324/Reference-Number-PAFB-AE-02-03/listing.html)
 
Place of Performance
Address: 21st SPACE WING PETERSON AFB, COLORADO AND IT'S 24 GEOGRAPHICALLY SEPARATED UNITS WORLDWIDE
Zip Code: 80914-1648
Country: EL PASO
 
Record
SN00075518-F 20020512/020510214354 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.