Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOURCES SOUGHT

C -- Open End Architect-Engineer (A-E) Title I, Title II and Other A-E Architectural/Civil Services at Peterson AFB, CO and Supported Sites

Notice Date
9/10/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2517-07-R-5003
 
Response Due
10/16/2007
 
Archive Date
10/31/2007
 
Description
SYNOPSIS FOR PROFESSIONAL ARCHITECT-ENGINEER DESIGN SERVICES Open End Architect-Engineer (A-E) Base Comprehensive Plans, Title I, Title II Construction Surveillance and Inspection and Other A-E Services at Peterson Air Force Base, CO and 24 geographically remote sites worldwide to include a broad variety of maintenance, repair and minor construction projects. A-E services required may include field investigations, recommendations, studies, reports, conceptual solutions, cost estimates, calculations, measurements, metering, testing, inspections, preparation and review of design plans and specifications, product research, evaluation of contractor proposals, shop drawing review and construction inspection and presentations to coordinating agencies are within the scope of work. Designs may also require asbestos and lead based paint removal, Green Design products and practices and the use of energy saving materials and methods. At least the following disciplines will be required: architecture, interior design, site planning, civil, landscaping, structural, mechanical, electrical, roofing, seismic, sanitary, fire protection, corrosion control, soils, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) shielding, Energy Management Control System (EMCS) and Heating, Ventilation, Air Conditioning (HVAC) controls, power distribution and construction inspection. Project managers of A-E firms and their consultants must hold a professional degree and be licensed professional engineers or registered architects. Some contractor personnel or their consultants may be required to obtain a DOD security clearance and it may be necessary that contractor facilities comply with DOD security requirements. The Contracting Officer will make one single indefinite delivery/indefinite quantity (IDIQ) contract award for Architectural/Civil Discipline A-E Services as a result of this synopsis, (i.e. there will be no competition following award against any other IDIQ A-E contracts for orders which may be awarded). The Architectural/Civil Disciplines Services contract will include facility planning, design of maintenance, repair, and construction for Air Force facilities and military family housing, site work, pavements, roofing, structural work, traffic and community planning. Emphasis is on repair and maintenance projects valued at less than $2,000,000 and new construction costing less than $750,000. The contract may require the disciplines listed above. A-E firms which meet the requirements described in this announcement are invited to submit the following in one original and one copy: (A) Standard Form 330, Architect-Engineer Qualifications, (B) A cover specifically addressing each of the below listed criteria in sequence. The evaluation criteria for selection in relative order of importance are: (1) Professional qualifications necessary for satisfactory performance of the required services, including computer capability to place all design drawings and specifications in a format suitable for use in electronic advertising; (2) Specialized experience and technical competence for the type of work required; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design and repair; (5) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of the work as well as the quality control program used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules; (6) Previous work in the Peterson AFB and 24 geographically remote sites worldwide; (7) Volume of work previously awarded to the firm by DOD including the volume of subcontracts awarded by the firm to Historically Underutilized Small Businesses and Women-Owned Small Businesses (Note: Contracts awarded as result of this announcement will contain FAR clause 52.219-8, Utilization of Small, Small Disadvantaged, and Women-Owned Small Business Concerns, which requires prime contractors to use these business categories for subcontracting opportunities to the maximum practicable extent); and (8) Geographic location. The selection criteria carry the following weight; criteria 1 , 2, and 5 are of equal weight and greater than criteria 3, criteria 3 is greater than criteria 4 and 6, criteria 4 and 6 are of equal weight and greater than criteria 7 and 8, criteria 7 and 8 are of equal weight. Failure to provide information on criteria 1 through 8 above may result in disqualification of the firm. The top three firms chosen by the final selection board will be required to participate in a personal interview and make a technical presentation to the final selection board. The interview and presentation will occur at Peterson Air Force Base, Colorado. Orders against the IDIQ contract will be issued as projects are identified. No order awarded against this contract may the maximum limitation of the contract ($1,000,000 per year). The contract period will be for one year with a maximum limitation of $1,000,000.00. The Government may, at its option, extend the term of the contract for four additional one year periods, each with a maximum limitation of $1,000,000.00 per year. There is a minimum fee guarantee of $5,000.00 for the initial year of the contract. No minimum fee guarantees are included in the options periods. Resolution of concerns will be in accordance with the following FAR Clause. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg Street, Ste. 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) This is not a Request for Proposal (RFP). Responses and submittals must be received before 2:00 P.M., Mountain Time, 16 October 2007. Failure to complete the listed Standard Forms, provide the additional information requested, or to provide such information and submittal on or before the specified time may result in disqualification of the firm.
 
Place of Performance
Address: 21st Space Wing, Peterson AFB, CO and it's Geographically Separated Units Worldwide
Zip Code: 80914-1648
Country: UNITED STATES
 
Record
SN01400996-W 20070912/070910221009 (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.