Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

C -- Architect-Engineer Services IDIQ

Notice Date
2/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, CA, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F04666-03-R-0017
 
Response Due
3/20/2003
 
Point of Contact
Allen Bassett, Contract Specialist, Phone (530)634-3308, Fax (530)634-3311, - Edyie Douglas, Contracting Officer, Phone (530)634-3411, Fax (530)634-3311,
 
E-Mail Address
Allen.Bassett@beale.af.mil, Edyie.Douglas@beale.af.mil
 
Description
Architect-Engineer services are required for award of Indefinite-delivery Indefinite-quantity (IDIQ) contracts for Multi-discipline Projects at Beale Air Force Base, California. Solicitation No. F04666-03-R-0017. Contracts will be for one Base Year with four (4) Option Years; periods of performance will be 365 days from the date of contract award with an option to extend performance for four additional periods of 365 days each. Each project will be accomplished under Task Orders written against the IDIQ contract. The guaranteed contract minimum is $5,000 per contract year. Fees for individual Task Orders will not exceed $299,000. Total fees will not exceed $750,000 for each contract year. The type of contract contemplated is a negotiated firm-fixed-price contract; prices will be negotiated for the wages of all individual disciplines and other cost factors involved. The estimated start date for the Base Year is on or before 1 September 2003. The Architect-Engineer will be required to perform Title I (Planning and Design Services), Title II (Supervision and Inspection Services), and Title III (other A/E Services) services as required by individual Task Orders. The general scope of work for anticipated projects include, but is not limited to, site visits and investigations, surveys, reports, design and economic analysis, construction drawings and specifications, required studies and design for renovation and repair of installation facilities, studies and design for upgrade and repair of infrastructure, environmental studies and protection, site/landscaping planning and design, master planning/site development and related studies, preparing technical systems operations manuals, GIS and computer programming support, and detailed cost estimates for each project. The A/E will be required to produce design and specifications documents in both electronic and hard copy formats. The significant evaluation factors to be used in the selection process are as follows: 1) Specialized experience in designing projects and preparing studies with multi-discipline abilities (i.e., alteration and repair of buildings and structures, HVAC systems, electrical systems, and renovation and repair of miscellaneous utilities); 2) Capability and Professional Qualifications of the staff to be assigned to the contract?s projects. Based on anticipated requirements, firms must indicate their multi-discipline and professional capabilities and staff availability in the areas of architectural, electrical, civil/structural, environmental, mechanical, and fire protection engineering disciplines, estimating, specification writing, drafting and GIS support, and construction inspection. Sources for these capabilities may be in-house or through association with qualified consultants, with preference given to full in-house capabilities; 3) Professional and Workload Capacity of the A/E firms to accomplish the work within the anticipated schedule, considering other work in progress; 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) Demonstrated experience in sustainable design; 6) Project Manager?s qualifications and experience in the assigned projects under this contract; 7) Computer assisted design and drafting (CADD) capability with AutoCAD Release 2000 or later releases to develop all drawing features including layering, dimensioning, text size, font, line weights, and other CADD features, with preference given to firms with in-house capabilities; 8) Demonstrated success in prescribing the use of recovered materials and achieving waste reductions and energy efficiency in facility design; and 9) Location, with preference given to firms in the local geographic area as site visits to Beale Air Force Base and Government-A/E interaction will be required. The North American Industry Classification Systems (NAICS) code for this acquisition is: 541330. In accordance with DFARS 252.204-704, Required Central Contractor Registration (CCR), Contractors must be registered in CCR to be eligible for any contract award. CCR registration may be accomplished at: http//:www.ccr.gov, or 1-888-227-2423. This acquisition is unrestricted and will be competed using A/E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. It is anticipated that at least two (2) contracts will be awarded; however the Government reserves the right to make additional awards. A/E firms desiring consideration should submit an original and 3 copies of: Standard Form 254 (current within the last year); Standard Form 255, and brochures or any other supplemental documentation (limited to 20 pages, not including the SF Forms 254 and 255). Submission packages are to include a cover letter addressing whether your firm is a large or small business (based upon the SBA size standard criteria of $4,000,000 average annual revenue) and whether or not your firm is in the 8(a) program. If acceptable packages are received from 8(a) firms, the Government reserves the right to do an 8(a) set-aside. If your firm has had an audit conducted since September 2002, you are requested to submit the audit document with your SF 254/255. Firms responding to this announcement not later than 3:00 pm (Pacific Standard Time), 20 March 2003 will be considered. No other general notification for this contract will be made. Submit required data to: 9 CONS/LGCA, Attn: Allen R. Bassett, 6500 B Street, Room 101, Beale AFB, CA 95903-1712. This is not a Request for Proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-FEB-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/9CONS/F04666-03-R-0017/listing.html)
 
Place of Performance
Address: Beale Air Force Base, California
Zip Code: 95903
Country: U.S.A.
 
Record
SN00586653-F 20040516/040514214621 (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.