Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2003 FBO #0747
SOLICITATION NOTICE

C -- Civil A-E 8(a) Set-Aside

Notice Date
12/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-04-R-AE01
 
Response Due
1/12/2004
 
Archive Date
1/27/2004
 
Point of Contact
Beth Moronese, Lead Contract Specialist, Phone 719-333-6677, Fax 719-333-6608, - Ronald Hudgins, Contract Specialist, Phone (719) 333-4054, Fax (719) 333-4404,
 
E-Mail Address
beth.moronese@usafa.af.mil, ronald.hudgins@usafa.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The USAF Academy announces a Request for Qualifications (RFQ) for A-E firms interested in contracting for Architect-Engineer Services with emphasis in Civil Engineer designs as mentioned in this notice. SF-254s and SF-255s are being requested. This announcement is 100% Set-Aside for 8(a) firms only. The NAICS Code 541330 (Engineering Services) designates firms for this acquisition with average annual receipts for the preceding three fiscal years not to exceed $4 million. All firms must be registered in the DOD Central Contractor Registration (CCR) prior to any award resulting from this contract. The government contemplates the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract resulting from this competition. Work under the contract is subject to satisfactory negotiation of individual delivery orders. The contract will be for a period of one base year and the government may, at its option extend the contract for 4 one-year option periods. The firm selected is guaranteed a Minimum of $5,000 in fees for the base year with a maximum of $350,000 per delivery order, and a maximum of $2 Million in fees for each year of A-E services. Delivery Orders include Civil Engineering A-E Title I, Title 2, and other A-E Services for a broad variety of maintenance, repair, and new construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings, and presentations to coordinating agencies. Designs may require asbestos and lead based paint removal. This open-end contract may include the design of new systems, repair and replacement of existing systems, utilities, water and wastewater treatment systems, buildings, dams, drainage improvements, foundations, roads, airfields, and a wide variety of other civil engineering projects. Title 1 services may involve facility assessments, A-E studies, site utilization studies and master planning, preliminary designs, design development, construction documents, specifications, construction estimates, design reviews of other A-E firms, value engineering studies reviews, and construction phase services. Title 2 Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings and material selections. Construction management services, as-built services, and peer review services may be required of all A-Es. Responses should include proposed sub-consultants for all disciplines including architectural, landscape architecture, Civil/Structural, geotechnical engineering, cost estimating, environmental, roofing, surveying and each of the major engineering disciplines required for a completed design as well as routine administrative coordination of various disciplines involved; and ascertaining and working within the U.S. Government's requirements and the applicable laws, code, and standards. Familiarity with sustainable design through an integrated design approach is required. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. Construction documents s shall be submitted with AutoCAD version 2000. REQUIRED SUBMITTALS. (1) SF 255 and SF 254 for the Prime contractor (2) plus a SF 254 for each proposed SubConsultant; (3) also include an Organizational Chart indicating all key personnel (Prime and Consultants) to be utilized under this contact. (4) Selection Criteria cover letter. PRESELECTION CRITERIA. License: Project Manager must be a Registered Professional Civil Engineer licensed in the State of Colorado. Location: Physical location of firm/office to perform the work as shown in Block 3 of the SF 255 must be within 120 miles of US Air Force Academy, Colorado Springs, Colorado. SELECTION CRITERIA. In addition to the SF 255, SF 254s, and Organizational Chart; submittals must include a cover letter specifically addressing each of the below listed criteria in sequence. (1) Specialized Experience, Expertise of the firm in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional capacity of the firm to do the work in the required time; (4) Past performance of contracts both government and private; (5) Volume of work: specifically list all DOD contracts awarded the firm for the previous 3 years to include dollar amount; and any work ever performed at USAF Academy; (6) CADD capabilities. Evaluation factors are listed in descending order of importance. Factors (1), (2), and (3) are significantly more important; and factors (4) and (5) are more important than factor (6). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. The PreSelection Criteria for License and Location and all other requirements of this announcement must be met for a firm to be considered responsive. Offerors that fail to submit the required info or adequately address the required info may be rejected. Interested A-E firms that have the capabilities to perform the anticipated work must submit 2 copies of each packet with the cover letter addressing the Selection Criteria, the Organizational Chart, the SF-255 and SF-254 for the Prime, and the SF-254s (for all consultants as listed in Block 6 of the prime firm?s SF-255).
 
Place of Performance
Address: USAF ACADEMY, COLORADO SPRINGS CO
Zip Code: 80840
Country: USA
 
Record
SN00488681-W 20031214/031212212109 (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.