Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2003 FBO #0476
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) Services For Various Projects On Goodfellow AFB, San Angelo, Texas, 76908-4705

Notice Date
3/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd Bldg 707, Goodfellow AFB, TX, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
F41614-03-R-0005
 
Point of Contact
Jerry Wolfe, Contract Administrator, Phone 915-654-4420, Fax 915-654-5149, - Brenda Lauer, Chief, Engineering and Information Technology Flight, Phone 915-654-5174, Fax 915-654-5149,
 
E-Mail Address
jerry.wolfe@goodfellow.af.mil, brenda.lauer@goodfellow.af.mil
 
Description
This solicitation is unrestricted. The NAICS code for this acquisition is 541310 and the size standard is $4 million. It is anticipated that a negotiated firm-fixed price contract with a basic period of 1 year with four 1 year options will be awarded. The Government intends to award one contract but reserves the right to award more than one contract as a result of this synopsis. A guaranteed minimum of $5,000.00 in work will be issued under the contract(s). The maximum contract amount, basic plus all options, is $4,000,000. Projects will be issued to the A-E firm via orders against the basic contract. Task Orders will be issued as the need arises during the contract period. Physical location of firm/office to perform the work as shown in block 3b of the SF 255 must be within 235 miles of Goodfellow AFB, Texas. Mileage will be verified, zip code to zip code, at the following web address: http://www.melissadata.com/Lookups/zipdistance.asp. Firms outside the 235 mile radius will not be considered. Design services required will be predominantly renovation, additions, alterations, remodeling, construction, repair, and maintenance type projects; including preparation of drawings, specifications, design analyses and preparation of cost estimates for the purposes of solicitation and construction to include conversion of drawings to electronic media . Various types of A-E services such as site investigation, surveying, drafting and CADD services, testing, inspection, planning, studies, and reports may also be required as related to project design. Projects may include various combinations of disciplines including architectural, civil, structural, mechanical, electrical, fire protection and/or environmental services. Firms desiring consideration should have on-staff or listed as key consultants the complete array of major engineering and architectural disciplines. Significant evaluation factors in descending order of importance are as follows: a) Recent specialized experience in the areas of renovation, additions, alterations, remodeling, construction, repair, and maintenance type projects for training, living, administrative, industrial, and medical Air Force and Air Force type facilities similar to those at Goodfellow AFB, TX. This work requires the ability to coordinate various engineering disciplines and the multi-faceted aspects of phasing of construction to accommodate work under occupied conditions and that the firm can demonstrate knowledge of the locality of the projects at Goodfellow AFB, TX. Do not list more than a total of 10 projects in block 8 of the SF 255. Indicate which consultants/sub-contractors from the proposed team, if any, participated in the preparation of each design project. b) Past performance of firm with respect to execution on previous relevant contracts including, but not limited to, such factors as reliability of cost estimates, construction changes, and design awards/recognition. Indicate by briefly describing internal design quality control procedures and cost control initiatives. Indicate effectiveness by listing the budget, final A-E estimate, contract award amount, percentage differential, construction change orders amount and percentage for five individual projects. Indicate firm?s favorable past history as demonstrated by describing: Design Quality Control Plan, Cost Control Initiatives, and Design awards/recognition. c) Professional qualifications of actual staff members to be assigned to the projects. Additionally, principal must have on his staff or listed as a consultant firms/individuals with demonstrated experience in environmental testing, design and remediation expertise including friable asbestos, lead-based paint, and underground toxic substances. They shall have demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Also, indicate who will be the single prime project manager/single point of contact for all Goodfellow AFB projects, and provide a ladder diagram organizational chart identifying by name key staff members for Goodfellow AFB design work. d) Capability of firm to accomplish the work in required time and respond to short-notice requirements. Indicate the firm?s present workload and the availability of the project team (including consultants/sub-contractors). Firm must have current active vendor status in the Central Contractor Registration (CCR). Status may be verified at http://www.ccr.gov. e) Volume of DOD work previously awarded with the objective of effecting an equitable distribution of contracts among qualified firms. Firms desiring consideration must list the dollar value of actual award fees for the previous 12-month period immediately preceding the date of this announcement in block 10 of the SF 255. f) The extent to which potential contractors identify and commit to small business (SB), to small disadvantaged business (SDB), and to historically black college or university and minority institution performance as subcontractors. Illustrated by the extent to which SDB concerns are specifically identified, past performance in compliance with subcontracting plan goals for SDB, inclusion of monetary targets for SB, and listing of extent of participation of SDB concerns in terms of total contract value. Architect Engineering Firms which meet the requirements in this announcement are invited to submit 1 original and 2 copies of their Standard Form 254, Architect Engineer and Related Services Questionnaire and Standard From 255, Architect Engineering and Related Questionnaire for Specific Project to the procurement office shown above. SF 254/SF 255 must fully address all evaluation factors to be considered for selection. All information must be included on the SF 254/SF 255 (cover letter, attachments, brochures, etc. will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis (i.e., listing more than a total of 10 projects in block 8, not listing which office of multiple office firm?s completed projects listed in block 8, etc.) may be negatively evaluated under selection criteria. This is not a Request for Proposal. For further information contact 17th Contracting Squadron, 17 CONS/LGCA, 210 Scherz Blvd. Goodfellow AFB, TX 76908-4705, (915) 654-4420. Response to this notice, (SF 254 and SF255) must be received by the contracting office no later than 22 April 2003.
 
Record
SN00282838-W 20030321/030319222138 (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.