MODIFICATION
C -- RFI HQ AFCEE 4PAE 08
- Notice Date
- 3/23/2007
- Notice Type
- Modification
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF Center for Environmental Excellence, HQ AFCEE/AC 3300 Sidney Brooks, Brooks City-Base, TX, 78235-5112, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-FA8903-07-RFI-4PAE08-0001
- Response Due
- 3/28/2007
- Point of Contact
- Janie Campos, Supervisory Contracting Officer, Phone 210-536-4411, Fax 210-536-6003, - Jo Ann Hodges, Contract Specialist, Phone 210-536-4481, Fax 210-536-3890,
- E-Mail Address
-
janie.campos@brooks.af.mil, joann.hodges@brooks.af.mil
- Description
- Following is a DRAFT Synopsis for the HQ AFCEE 4PAE08. DO NOT submit proposals at this time. Comments are requested by 4:30 p.m. Central Standard Time on 28 March 2007 through the AFCEE website, www.afcee.brooks.af.mil/pkv/4pae08. You must register on the website in order to forward comments and/or questions. SUBJECT: 4P ARCHITECT-ENGINEER 08 (4PAE08) SERVICES: TITLE I, TITLE II, AND OTHER ARCHITECT-ENGINEERING SERVICES TO ADMINISTER, COORDINATE AND TECHNICALLY SUPPORT ENVIRONMENTAL, MILITARY CONSTRUCTION, MILITARY FAMILY HOUSING, AND FACILITY SUSTAINMENT, RESTORATION AND MODERNIZATION PROGRAMS OF INTEREST TO THE GOVERNMENT POC: Ms. Janie Campos, Contracting Officer, (210) 536-4411, janie.campos@brooks.af.mil; Ms. Jo Ann Hodges, Contracting Specialist, (210) 536-4481, joann.hodges@brooks.af.mil DESC: NAICS 562910 (Environmental Remediation Services) applies to this acquisition, with a size standard of 500 Employees. The Air Force Center for Environmental Excellence (AFCEE), Brooks-City Base, TX desires to contract with Architect-Engineer (A-E) firms to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support environmental, military construction (MILCON), military family housing (MFH), and facility sustainment, restoration, and modernization (SRM) programs of interest to the government worldwide. These programs could include work in remote, austere and/or hostile locations, but would primarily be on locations at Air Force installations in the 50 United States. The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including restoration, conservation, planning, compliance, and pollution prevention. The work also includes a growing secondary requirement for traditional A-E Services for design and construction oversight supporting, MILCON, MFH, and SRM programs. Title I services include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services, and preparation of operating and design manuals. These services relate to specific Environmental, MILCON, MFH, and other traditional construction projects, as well as facility SRM, and consist of conducting field surveys and investigations to obtain design data, and preparing contract plans, specifications, and cost estimates. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, and optimization of environmental treatment or control systems. Title II services include construction quality assurance and oversight of facility construction, SRM, and environmental projects. These services are related to a specific or proposed construction or environmental project and consist of supervision and inspection. Other A&E services include, but are not limited to: A full range of support associated with conventional design for construction, maintenance, and repair of facilities, including MFH, on military installations within the CONUS and OCONUS as well as other locations of interest to the government. These efforts include advanced planning, programming, studies, investigations, LEED TM analysis and documentation, interior design services, and other services not associated with a specific construction project. Support necessary for the implementation of the Family Housing Master Plan Program, the Dormitory Master Plan Program, and Base Comprehensive Plans. These efforts include the development of Housing Requirements and Market Analyses (HRMAs), Housing Community Profiles (HCPs), Family Housing Master Plans (FHMPs), General Officer Quarters Master Plans and Dormitory Master Plans (DMPs). A full range of environmental and traditional services to include support necessary for the implementation of restoration, quality (pollution prevention and compliance) and conservation environmental projects. These efforts include planning and programming, program management, scoping, studies, risk assessments, operations support (including data gathering and permit preparation), investigations (including geophysical), evaluations, consultations, conceptual design, value engineering, operation, monitoring, and optimization of environmental treatment or control systems. Also included are other related services for the continuation of an existing environmental program or to establish an initial environmental program. These resulting contracts are the follow-on to the existing AFCEE A&E services contracts known as 4P A-E. A-E selection procedures will be used to competitively award approximately twenty five (25) indefinite delivery/indefinite quantity (ID/IQ) contracts. Approximately fifteen (15) of these contracts may be awarded as full and open competition. Approximately eight (8) of these contracts may be awarded as competitive small business set-asides. Approximately one (1) to three (3) of these contracts may be awarded as competitive 8(a) set-asides. Approximately one (1) of these contracts may be awarded as competitive Service Disabled Veteran Owned Small Business (SDVOSB) set aside. AFCEE reserves the right to adjust total awards based on the quality and quantity of proposals received. Based on historical usage rates, as well as projected needs, this requirement will have an estimated program ceiling of $3B. The total dollar value of all orders placed on all contracts awarded will not exceed the total program ceiling. The dollar amount of orders placed on any one contract cannot be determined in advance. There is a minimum order amount guarantee of $2,500 per contract, which will be issued at contract award. Statement of Work (SOW) A ?applicable to the full and open, 8(a), and SDVOSB set-aside awards for A-E services to support Environmental, MILCON, MFH, and SRM programs of interest to the government. SOW ?B ? applicable to the small business set aside award for architect-engineering (a-e) services to support Environmental and SRM programs of interest to the government. SOW B excludes MFH and MILCON requirements. Each contractor must clearly state the choice of competition (full and open, small business, 8(a), or SDVOSB set-aside) in cover letter with their submittal. A small business, 8(a), or SDVOSB may compete under more than one category only if clearly stated in cover letter. All prime offerors shall submit only one proposal regardless of choice of competition. Each proposal shall be evaluated only one time. Points earned for MFH and MILCON criteria 1 ?Specialized Experience? under the full and competition level (f) and (g) shall be removed from the small business scores when competing in the small business set aside. Evaluations will be made based on declaration in the cover letter only. If no declaration is present, the submittal shall be evaluated under the full and open competition only. Each contractor may only receive a maximum of one prime contract award. Large business firms must comply with FAR 52.219-9 ?Small Business Subcontracting Plan?. The subcontracting goals/targets for the 4PAE08 program are as follows: Small Business 25 % of total awarded or obligated dollars Small Disadvantaged Business 5% of total subcontracted dollars Woman Owned Small Business 5% of total subcontracted dollars HUBZone Small Business 3% of total subcontracted dollars Service Disabled Veteran Owned Small Business 3% of total subcontracted dollars Veteran Owned Small Business 3% of total subcontracted dollars The subcontracting plan IS NOT required as part of this submittal. The subcontracting plan will be requested with the RFP. Each basic ID/IQ contract will have a basic ordering period of five (5) years with the period of performance extending three years beyond the ordering period. The basic ID/IQ contract will be structured to allow for the issuance of Time-and-Materials (T&M) and Firm Fixed Price (FFP) task orders. The task orders will be used to direct performance of the required effort. All contracts awarded under this announcement are subject to an Organizational Conflict of Interest (OCI) Clause. Please see the AFCEE Web site (http://www.afcee.brooks.af.mil) for a full-text version of this clause as well as complete copies of draft Statement of Work (SOW) A and SOW B. Be advised that the draft statements of work are for informational purposes only and are not to be used in preparing a response to this notice. Also, firms are advised to review the referenced OCI clause and include a subsequent acknowledgement and statement of understanding of the OCI clause as the last item in the SF 330 Block H. Failure to include this signed statement in the SF 330 will negate consideration of the firm for this solicitation. Selection of the A-E firms for these contracts will be based on the following evaluation factors that are listed in priority order of importance: (1) Specialized Experience. SF-330, Block F, list only current projects or projects completed in the past five years. SF-330, Block H may be used to supplement project information. Specific project experience will be evaluated for ability to support the following requirements: (a) environmental restoration: two (2) projects showing the ability to support the CERCLA/RCRA process from Preliminary Assessment up to but not including Remedial Design. (b) conservation and planning: two (2) projects showing the ability to support, 1) Environmental Impact Analysis Process (EIAP) (Environmental Analysis, Environmental Impact Statements, or Environmental Reports), and 2) Integrated Natural Resource Management Plan (INRAMP); (c) environmental quality: two (2) projects showing the ability to support 1) a compliance program, and 2) a pollution prevention (P2) program; (d) environmental Title I: one (1) project showing the ability to support remedial design; (e) environmental Title II: one (1) project showing the ability to support environmental oversight; (f) MILCON; three (3) projects ? one project respectively showing the ability to support 1) vertical construction design, 2) horizontal construction design (roads, runways, utilities, etc.), and 3) a specialized MILCON design project (wastewater treatment plant, medical facility, air traffic control tower, etc.) (g) MFH: one (1) project showing the ability to support a typical MFH design (h) SRM: one (1) project showing the ability to support a typical SRM design * Criteria (1) (f) and (g) are excluded from small business set-aside evaluations. (2) Work Capacity. Within the SF-330, Block H, each firm shall demonstrate how they will manage, coordinate and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime contractor in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF 330, Part II, Block 11 and the CONUS/OCONUS information requested under criteria (5) to be provided in SF 330 Block H will also be evaluated to assist in determining this factor. SF 330 Blocks C and F may also be evaluated to support this criterion. SF 330, Part IIs shall be provided for the specific prime office expected to lead this effort and teaming partners proposed to perform the work. In Block 9c(1), enter the total number of employees for the firm and in Block 9c(2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: (a) ability to manage, coordinate, and administer work within prime and among teaming members; (b) capacity to perform work in-house and with teaming members; (c) ability to support concurrent and geographically dispersed multimillion-dollar projects; (d) demonstrate active on-going CONUS (domestic) work; (e) demonstrate active on-going OCONUS (foreign) work. (3) Professional Qualifications of Key Personnel. SF 330, Block E, should show brief resumes of key personnel of the firm/teaming arrangement. The combination of criteria below will be used to determine the ability of the staff to be effectively innovative and contribute to the successful completion of project task orders. Responses will be evaluated to determine personnel: (a) experience related to work requirements; (b) certification/licensing; (c) years with company; (d) education. (4) Past Performance. SF330 Block H. Cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to the scope of work. Responses will be evaluated to determine: (a) ability to maintain cost, schedule and quality; (b) customer satisfaction. (5) Volume of Work. SF-330 Block H should clearly identify, in table format similar to SF 330 Block 11, the volume of DOD work, volume of CONUS (domestic) work, and volume of OCONUS (foreign) work for the prime contractor. Amounts should represent the total amount of contracts awarded for the previous 12 months from the date of this announcement. Note that the volume of CONUS/OCONUS is for all work (federal, DOD, and other). Points will be assigned based on ranges similar to those found in SF-330, Part II, Block 11. (6) Location. All A&E firms responding will meet the evaluation criteria for this factor. Accordingly, no one firm will have a geographic advantage under this factor. (7) Corporate Ethics Plan. Each firm shall submit a Corporate Ethics Plan. All firms responding will meet the evaluation criteria for this factor. Accordingly, no one firm will have an advantage under this factor. Corporate Ethics Plans will not count toward page limits. The evaluation board may interview firms who are slated. Information to be provided will be determined at the time the decision is made to hold interviews. Prospective firms shall submit two hard copies of completed U. S. Government Standard Form 330 (Parts I and II) and one electronic copy in PDF format, 45 days after release of final synopsis. Final synopsis will include specific due date. AFCEE/ACS Attn: Ms. Janie Campos 3300 Sidney Brooks Brooks City-Base TX, 78235-5112 The hard copy takes precedence in the event of discrepancies between hard copy and electronic copy. Ms. Campos? e-mail address is janie.campos@brooks.af.mil. There is no page limit on SF Form 330 Part II. Firms are directed to keep the total page count of SF Form 330 Part I submission to no more than 80 pages of text for the full and open, 8(a) and SDVOSB set-aside competition, numbered consecutively from 1 to 80. SF Form 330 shall be submitted on no more than 40 (double-sided) sheets of paper; any additional pages and/or other documents submitted will be destroyed without consideration. Firms are directed to keep the total page count of SF Form 330 Part I submission to no more than 70 pages of text for the small business set-aside competition numbered consecutively from 1 to 70. SF Form 330 shall be submitted on no more than 35 (double-sided) sheets of paper; any additional pages and/or other documents submitted will be destroyed without consideration. Bind SF Form 330 Parts I and II together. Bind the SF Form 330 using a appropriate 3-ring binder. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 12 point Times New Roman style font in preparing narrative elements and a minimum 10 point Arial style font in preparing tables and be double sided and secured in a 3-ring binder. Submissions shall not include color elements although italics and/or underlining are acceptable for emphasis. Maximum page size shall be 8.5 x 11. The prime shall submit only one SF 330, Part I for the team, completed in accordance with the instructions. Personal visits to discuss this announcement WILL NOT BE SCHEDULED. POINT OF CONTACT: Contracting Ms. Janie B. Campos, Contracting Officer Email: janie.campos@brooks.af.mil. This is not a request for proposal. Interested firms should state in SF 330 Block 5b if they are a small business according to the current size standard as defined in FAR Part 19 for NAICS 562910, Environmental Remediation Services, size standard of 500 employees. This is not a request for proposal. All technical and contractual matters should be addressed to AFCEE/ACS, Ms. Janie B. Campos, 3300 Sidney Brooks, Brooks City-Base TX 78235-5112, (210) 536-4411. Ms. Campos? e-mail address is: janie.campos@brooks.af.mil and communication by electronic media is preferred. An Ombudsman has been appointed to hear concerns from offerer or potential offerers during the submittal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of A&E submittals or elsewhere in the acquisition process. Interested parties are invited to call the appointed Ombudsman, Mr. Edward Noack, AFCEE/MS at (210) 536-2319. See Notes 2 and 24.
- Record
- SN01258021-W 20070325/070323222429 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |