SOURCES SOUGHT
C -- AE Indefinite Delivery-Indefinite Quantity Contracts
- Notice Date
- 2/25/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- F09607-03-R-0008
- Archive Date
- 5/31/2003
- Point of Contact
- Trish Bryan, Contract Administrator, Phone 229-257-2827, Fax 229-257-4709, - Rhonda Crawford, Chief of Plans and Programs, Phone 229-257-3561, Fax null,
- E-Mail Address
-
trish.bryan@moody.af.mil, rhonda.crawford@moody.af.mil
- Description
- Architect-Engineer (A-E) services are required for award of Indefinite Delivery Indefinite Quantity (IDIQ) type contracts for work for Moody AFB, GA, which could include work at Grassy Pond Recreation Area, GA, Spence Field, GA, or Avon Park Air Force Range, FL. Services may be funded with either appropriated or non-appropriated funds. Computer aided design and drafting (CADD) capability and compatibility with AutoCAD? 2000 and the capability to digitize existing drawings for AutoCAD? use are required; word processing documents will be Microsoft Word Version 6.0. Also required is the capability to generate CADD, CAL files, and to convert CAL files to MaxView? files and Windows based specifications converted in Adobe Acrobat to PDF files. Multiple contracts from a single synopsis may be awarded (if elected, up to four contracts?one Electrical/Mechanical, one Structural/Civil, and two Architectural?are contemplated). The contract will cover a one-year basic ordering period with four one-year option periods. Delivery orders, which will be firm fixed price, may be issued on an as required basis for one year from the award date of the contract or exercised option period. Total contract will not exceed $500,000 for each year, with no individual delivery order to exceed $299,000. A minimum of $5,000 is guaranteed in the basic year. Anticipated projects will be minor construction or repair. Most project construction budgets or programmed amounts will range between $250,000 to $500,000. Direct labor fees have a statutory limitation of 6% of the construction budget/programmed amounts. Evaluation criteria in relative order of importance to be used for selection of the A-E firms include: [1] Professional qualifications of the staff to be assigned to the project; [2] Specialized experience demonstrating ability in past professional work of similar nature, including planning of site developments and installations, infrastructure maintenance, design for repair and construction projects, studies, analyses, surveys, investigations, reports, engineering evaluations, making specifications and drawings, supervising and coordinating all phases of A-E work, inspection, and use of recovered materials; [3] Professional capacity to accomplish the work within anticipated schedule; [4] Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; [5] Location within a 175 mile radius of Valdosta GA with priority for local firms?the personnel of the prime A-E firm intended to support any resulting contract must be located in an office within the specified radius; and [6] Volume of work previously awarded to the firm by the Department of Defense (DoD) during the previous 5 years, with priority given to firms who have accomplished DoD work. Each firm will indicate selected consultants to include, but not limited to, the following design disciplines: Architectural (including landscape architects), Civil Engineer (general and airfield design), Structural, Mechanical (primarily HVAC, plumbing, and fire protection), Environmental (hazardous waste identification and design), and Electrical (building design, fire detection and alarm systems, exterior lighting, and underground distribution). Consultants, joint ventures, or complete in-house capability of the listed design disciplines is acceptable. Firms desiring consideration shall submit three copies of their Standard Form 254, ?Architect-Engineer and Related Services Questionnaire,? and Standard Form 255, ?Architect-Engineer and Related Services Questionnaire for Specific Project? with a cover letter identifying for which discipline(s) (architectural, mechanical/electrical, or civil/structural) the firm should be considered. Submit to 347 CES/CECE; Attn: Chief of Design and Construction; 3485 Georgia Street; Moody AFB, GA 31699-1707 no later than 5:00 P.M. 31 Mar 2003. This is not a request for proposal. Visits (scheduled or not) to 347CES will not be allowed on or before the date any submittals or resulting proposals are due. North American Industry Classification System (NAICS) codes are 541310 and 541330 with a $4 million size standard. This acquisition is unrestricted.
- Place of Performance
- Address: Moody AFB, GA,
- Zip Code: 3166991794
- Country: USA
- Zip Code: 3166991794
- Record
- SN00264935-W 20030227/030225213314 (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 |