Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

C -- A&E and Design Services

Notice Date
7/31/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-08-R-0001
 
Archive Date
12/31/2008
 
Point of Contact
Clarissa E. Lopez,, Phone: 3214949948, Linda M Adair,, Phone: 321-494-9941
 
E-Mail Address
clarissa.lopez@patrick.af.mil, linda.adair@patrick.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Architect-Engineering and Design Services are required for an Indefinite Delivery, Indefinite Quantity Contract for Architectural Design and Engineering Services for Projects at Military Installations throughout the Patrick AFB Area of Responsibility (AOR). The AOR includes but is not limited to: Patrick AFB FL, Cape Canaveral AFS FL, all Florida annexes, Antigua Island and Ascension Island. The preponderance of work will be in the Patrick AFB, FL area. Projects can be categorized as architectural in nature and shall include, but not be limited to: Architect-Engineer services for the development and preparation of working drawings, specifications, cost estimates, studies, plans, and inspection for architectural, structural, civil, landscaping, interior design, corrosion, mechanical, sanitary, electrical, fire protection, asbestos, heavy metals, and environmental projects. Architect-Engineering and Design Services that may be required under this contract may involve multiple projects of various levels of complexity, and may include but are not limited to: Working drawings, specifications and cost estimates suitable for accomplishment of construction work by various types of contracts, i.e. invitation for bid, request for proposal, indefinite delivery-indefinite quantity, etc.; Special engineering investigations, value engineering, studies, plans and site visits; Review of submittals and requests for information; Construction inspection; Evaluation, reporting and recommended disposition of asbestos containing materials, heavy metal contaminated coatings, and other hazardous wastes. Qualified firms must be prepared to accept the aforementioned as part of their contract responsibility, including the signing and sealing of all completed project submittals. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) and (2) are of equal importance and are the most significant factors; factor (3) is of greater significance than factors (4); factor (4) is of greater significance than factors (5); factor (5) is of greater significance than factors (6). Specific evaluation factors are as follows: 1. Professional qualifications necessary for satisfactory performance of required services. (Qualifications of key individuals committed to this contract and complete discipline capability.) 2. Specialized experience and technical competence in the type of work required. (Capability of firm to accomplish the required service.) 3. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Past Performance on work similar to that required for this contract.) 4. Capacity to accomplish the work in the required time a) Meet schedules and cost b) Present and Projected Workload c) Availability of Key Personnel 5. Location in the general geographical area. 6. Volume of work previously awarded by DoD. This duration of this indefinite quantity indefinite delivery A&E contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. There is a guaranteed first year minimum fee of $5,000.00 and a yearly maximum fee of $750,000.00. Individual delivery order fee amounts will not exceed $299,000. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. The estimated start date for this contract is January 2009. The applicable NAICS code is 541310 with a size standard of $4.5M. Eligibility to participate in this competition is limited to Small Business Administration 8(a) certified firms in Region 4 (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina and Tennessee). All other firms are deemed ineligible to submit offers. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract. Award to one Architect-Engineer firm is anticipated. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. SF 330 is also required for consultants or joint firms. Non-responsive firms will not be considered by the A-E selection board. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture and engineering, i.e., State registration number. Responses must be received within 21 calendar days from the date of this notice. Late responses will be handled in accordance with FAR 52.215-1. Inquiries concerning this project should include solicitation number and title. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46de3e98b4a79af7258f25b4b40dd4cb&tab=core&_cview=1)
 
Place of Performance
Address: 1201 Edward H. White II Street, Patrick Air Force Base, Florida, 32925-3237, United States
Zip Code: 32925-3237
 
Record
SN01628221-W 20080802/080731223857-46de3e98b4a79af7258f25b4b40dd4cb (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.