Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
MODIFICATION

C -- AIR COMBAT COMMAND INFRASTRUCTURE ARCHITECT-ENGINEERING SERVICES

Notice Date
12/9/1999
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
F44650-00-R-0003
 
Response Due
1/13/2000
 
Point of Contact
Damon Coon, Contract Manager, Phone 757-764-2853, Fax 757-764-0905, Email damon.coon@langley.af.mil - Timothy Black, Contracting Officer, Phone (757) 764-4495, Fax (757) 764-0905, Email timothy.black@langley.af.mil
 
E-Mail Address
Damon Coon
(damon.coon@langley.af.mil)
 
Description
Architect-Engineer services are required for award of an Indefinite Delivery Indefinite Quantity type contract for a broad range of specialized, highly technical, engineering projects and studies to include (1) studies, surveys, engineering investigations and evaluations for infrastructure systems to include Investigation of Pavement Defects and Deficiencies; Airfield Pavements Surface Effects Testing; Pavement Condition Surveys (Airfield, Streets, and Parking Lots); Airfield Pavements Evaluation; Airfield Mission Change Impact Studies; Pavement Drainage Studies; Aircraft Refueling Systems (Dispensing and Storage) Studies; Railroad Trackage Maintenance Repair and Re-Construction Studies; Base Roofing Surveys; Roof Maintenance, Repair, and Replacement Projects; Oversight of Aircraft Arresting System Construction; Electrical Distribution Studies; Fire Protection System Evaluations; Life Safety Studies; Fire Hazards Analysis; Indoor Air Quality Surveys; Heating, Ventilation, and Air Conditioning Commissioning and Controls Integration, Water Pressure/Flow Analysis; Water and Sewage Treatment Studies; Water Supply and Conservation Studies; Cathodic Protection System Evaluation, Troubleshooting and Design; Other Unforeseen Infrastructure Studies; training programs for various infrastructure areas such as Corrosion Control, Radio Fire Alarms, Direct Digital Controls, Roof Surveys, NFPA code, NEC code, American Petroleum Institute Tank Inspection, Industrial Water Treatment, etc.; and compliance with EPA, OSHA and local regulations relating to asbestos and lead based paint sampling, testing and abatement; (2) design of repairs, renovations, and new construction for facilities, pavements, and infrastructure systems (3) construction cost estimating for projects in the United States and overseas (4) construction inspection at sites and locations throughout the United States and overseas in support of Air Combat Command mission. Site locations include, but are not limited to, United States, Puerto Rico, Colombia, Peru, Venezuela, Ecuador, Portugal (Azores), Southwest Asia, Honduras, Netherlands Antilles (Aruba & Curacao) and Iceland. The SIC code is 8711. The contracting officer may elect to award multiple contracts from a single synopsis (if elected no more than two awards will be made). The contract will cover a one-year basic ordering period with four one-year option periods. Task 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 with a four-year option. Total fees will not exceed $750,000 for each year / per contract, with no individual task order to exceed $299,000. There is one exception to the individual task order not to exceed amount. Only the first task order issued per contract may exceed $299,000. Total fees of $50,000/per contract are guaranteed only over the basic period of the contract. Services include, but are not limited to, investigation reports, preliminary cost estimates, design analysis, contract drawings, contract specifications, construction cost estimates, color boards, schedule of material submittals, and bid schedules, studies, investigations, training, CADD/GIS, and other services. Preference will be given to firms having the required capability within their organizations and their location to Langley AFB, VA. IBM compatible Microsoft Office, AutoCad, and Arcview are necessary. Selected firms must be familiar with DoD and Air Force manuals, pamphlets, and regulations, national building, mechanical, plumbing, electrical, fire life safety codes, Uniform Federal Accessibility Standards, and ACC or site specific design standards will be provided as required. Evaluation factors will include (in order of importance) (1) Recent specialized experience of the firm in the type of work required. Recent is defined as either current projects or projects completed within the last three years; (2) Professional Qualifications and specialized experience of the prime firm members, and consultants in the following disciplines: program manager; architect; civil; structural; electrical; mechanical; fire protection; geo-technical, corrosion, industrial hygienist, landscape architect; environmental; estimator; specifications writer; GIS specialist, CADD operator; (3) Past Performance; Provide information indicating the prime firm_s and subcontractor_s past performance and/or experience during the past three (3) years, with respect to their execution of DoD and other A-E contracts as described in note 24 and to include the accuracy of project cost estimates as compared to contract award amount. Performance on DoD contracts will be given more weight than performance on private industry contracts; (4) Professional capacity to accomplish delivery orders in the time required during the entire contract period. A minimum of 60% of the design work for facilities and pavement projects to be performed in-house; (5) Location of the firm from Langley AFB, Hampton VA, in range of: within 50 miles, between 50 and 100 miles, and beyond 100 miles; (6) Past Volume of DoD contract awards in the previous year; (7) Innovative Design _ any awards won in the past 3 years for innovative designs from nationally recognized organizations; (8) In accordance with FAR 19.1202-2, the extent of Small Disadvantaged Business (SDB) participation will be evaluated under this in the following areas; a) The extent to which SDB concerns are specifically identified; b) past performance of the firm in complying with subcontracting plan goals for SDB concerns and monetary targets for SDB participation; c) and the extent of participation of SDB concerns in terms of the value of the total acquisition. Response by submittal of 2 copies of Standard Forms 254 and 255 must be received no later than 4:30 p.m. EST, 13 Jan 00. Firms desiring consideration shall submit appropriate data as described in Numbered Note 24. Submittals must be sent to ACC CONS/LGCE, Attn.: 1Lt Damon Coon , 130 Douglas Street Suite 403, Langley AFB VA 23665. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-DEC-1999). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/F44650-00-R-0003/listing.html)
 
Record
SN00366812-F 20030710/030708221532 (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.