Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2007 FBO #2019
SOLICITATION NOTICE

C -- NOTICE OF INTENT TO CONTRACT for ARCHITECT AND ENGINEERING SERVICES, RESERVED FOR 8(a) PROGRAM PARTIAL SET-ASIDE (HUBZone/8(a))

Notice Date
6/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (72d Contracting Sq), 72 CONS 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8101-07-NIC-AE-0001
 
Response Due
7/9/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
Notice of Intent to Contract Architect-Engineer Services Tinker AFB, Oklahoma City, OK 1. GENERAL INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED IS TO BE SUBMITTED ON STANDARD FORM (SF) 330 PARTS I and II. SF 254s AND SF 255s WILL NOT BE CONSIDERED. The Department of the Air Force, Tinker Air Force Base, Oklahoma is planning to contract with Architect-Engineer (A-E) firms to perform Title I, Title II and Other A-E services by awarding multiple Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Discipline Architect-Engineer contracts. These contracts are for A-E services to administer, coordinate, and technically support the Base Civil Engineer?s environmental and real property programs of interest to the Government. One contract will be set aside for a competitive HUBZone/8(a) award to the most highly qualified HUBZone/8(a) firm in accordance with FAR 36.602-1 and three additional contracts will be awarded by full-and-open competition to the most highly qualified firms in accordance with FAR 36.602-1. Total estimated value: $40 million. Each contract will have a $10,000 guaranteed minimum order with a $10 million limit for individual task orders and a $25 million per contract maximum limit for the basic year or any option period. The cumulative total of all contracts shall not exceed $60 million over a five-year period. Task orders under these contracts will be negotiated as Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF). Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). Anticipated award date is 01 Feb 08. The set-aside portion or this requirement will be accomplished prior to selection of the full-and-open portion. Any HUBZone/8(a) contractor NOT selected in the set-aside portion will automatically be considered for the full-and-open portion, however; this additional consideration does NOT guarantee award. 2. ANTICIPATED GENERAL SCOPE OF SERVICES. Primary services include Title I, Title II and Other A-E Services. 2.1 Title I Services: Title I services include all aspects of real property facilities, infrastructure and environmental design such as preparation and review of contract plans, specifications, scheduling, cost estimates, building commissioning services and preparation of operating and design manuals. 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, operation, monitoring, topographic survey services, landscape design, interior design, community planning, facility use planning, analysis and long range planning, lifecycle cost analysis of mechanical systems, Leadership in Energy and Environmental Design (LEED) analysis; and optimization of environmental treatment and control systems. 2.2 Title II: Title II services include all aspects of construction quality assurance and oversight of environmental, facility, and infrastructure construction projects. 2.3 Other A-E Services: Support the Environmental Restoration mission. Major activities supported include A-E support for remedial investigation, remedial design, long-term maintenance operations, and long-term monitoring. Interim remedial actions may be infrequently required to reduce or limit an immediate threat to human health or the environment. In addition, support includes technical oversight of environmental programs, laboratory quality assurance assessments, document reviews and assistance in selecting remediation technologies. Support the Environmental Conservation and Planning mission. Major activities supported include A-E support on the Environmental Impact Analysis Process (EIAP), natural infrastructure assessment and management, environmental management, natural and cultural resource programs, and civil engineer comprehensive planning programs including but not limited to land use assessment and long range base development planning. In addition, support environmental impact statements, baseline surveys, forestry, wildlife, archeology, Native American consultations, transportation, air space and range management and noise programs. Support the Environmental Quality mission. Major activities supported include A-E support for compliance and pollution-prevention programs, environmental education and training, sustainable development, environmental management systems, and the Environmental Compliance Assessment and Management Program (ECAMP). In addition, support air quality programs, water quality programs, asbestos and lead based paint abatement programs and storage tank programs. 3. EVALUATION CRITERIA AND WEIGHTING FACTORS: 3.1 Professional Qualifications (30 Points): The proposed team's key personnel listed in Section E of Part I of the SF330 shall be the personnel who will be involved in the day-to-day accomplishment of tasks ordered under this contract. Include, as a minimum, personnel qualified in the areas identified in paragraph 2, above. Professional registration in the State of Oklahoma for both the firm and key individuals is required within 120 days after contract award. It is required the team include registered architectural and engineering personnel with experience in the following disciplines: Architectural, Interior Design, Landscape Architect, Civil, Structural, Mechanical, Electrical, Land Surveying, Geotechnical (Soils Engineer), Fire Protection and Environmental. The team, proposed in Part I, Section C of the SF330 must demonstrate experience with environmental laws, local construction codes, permits, practices, safety requirements and construction materials within the State of Oklahoma. Firms should demonstrate capability to provide continuity of services and ability to meet unexpected project demands. 3.2 Specialized Experience and Technical Competence (25 Points): Information provided on the SF330, Part I should include example projects relevant to this contract and should show how key personnel provided specialized experience. Include example projects for U. S. Department of Defense, other U. S. Federal Agencies and State Governments as well as project examples from private industry. 3.3 Past Performance (20 Points): Clearly demonstrate how the team?s project management strategies resulted in meeting mission requirements or project goals, controlling costs and schedules and ensuring quality. Information provided must show that the firm has both experience and capacity to perform the scope of services in this contract. Selection Board members may contact references provided for further evaluation. 3.4 Capacity for Timely Accomplishment of Work (15 Points): Discuss the capacity of your firm within each technical and professional discipline to support this contract. Discuss how surge or urgent workload would be handled. Provide at least four project examples to demonstrate the capacities above. Explain any innovative design or management solutions to overcome timing issues, including development of various concepts and alternative approaches. 3.5 Geographic Location (10 Points): Within 30 days of contract award, selected firms shall establish a local office within a 50-mile radius of Tinker Air Force Base, Oklahoma with a minimum staff of program manager and administrative assistant. Office space on Tinker AFB is not available nor provided by the government. Firms must indicate their capability to comply with the area of consideration required as part of their response to this acquisition. For the purpose of verifying site conditions, the Government may perform site visits to the firm?s local office. 4. PACKAGE REQUIREMENTS: Evaluation criteria as outlined in paragraph three, above, will be used in conjunction with Standard Form 330, Architect-Engineer Qualifications, Part I and II. A separate Part II, for each branch office that has a key role on the team, must be provided. Six copies of your response package (SF 330) are required. Total package shall not exceed 50 sheets (100 pages front and back), on 8 1/2 x 11 paper, 12-point font. Package content beyond 100 pages will not be reviewed. In order to be considered, Architect-Engineer firms having the capability for this proposed work must submit all required documentation, including Standard Form 330, Parts I and II and cover letter of interest to: 72nd Contracting Squadron, 7858 5th St.,Ste 1, Tinker AFB, OK 73145 Attn: Charles M. McKenzie, Contracting Officer by 3:00 p.m., CST on 9 July 2007. The following information MUST be on the outside of the sealed envelope: 1) Solicitation/Reference Number: FA8101-07-NIC-AE-0001/IDIQ Contracts for A-E Services. 2) Due Date 9 July 2007. 3) Closing Time 3:00 p.m., CST. LATE RESPONSES WILL NOT BE EVALUATED. Contract award will be contingent upon availability of funds. This is not a Request for Proposal.
 
Place of Performance
Address: 7858 5th St.,Ste 1 /Tinker AFB / OK
Zip Code: 73145-9106
Country: UNITED STATES
 
Record
SN01310450-W 20070607/070606083927 (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 |
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.