Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOURCES SOUGHT

C -- AE Services, Project No: ZRVL092004, ADAL Vehicle Maintenance Building 5, Zanesville Air National Guard Station Ohio.

Notice Date
4/23/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
121 ARW/MSC, Rickenbacker IAP, 7370 Minuteman Way, Columbus, OH 43217-5875
 
ZIP Code
43217-5875
 
Solicitation Number
W9136410R0013
 
Response Due
5/26/2010
 
Archive Date
7/25/2010
 
Point of Contact
mark.miesse, 614-492-4232
 
E-Mail Address
121 ARW/MSC
(mark.miesse@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP Number: W91364-10-R-0013 AE Services. The estimated construction cost range is between $500,000.00 and $1,000,000.00. Area of consideration: prime A/E firm must be within a 200 mile radius of Zanesville Air National Guard Station, 4995 Old Wheeling Rd, Zanesville OH 43701. Please submit your qualifications and past performance data on the SF 330 (architecture-engineer qualifications); and for any consultants to be used, on the SF 330 Sections E and F. You can obtain the Standard Form 330 at www.gsa.gov under Forms SF330 Architect-Engineer Qualifications. Two (2) printed copies of your qualifications and past performance (SF 330) must be hand-carried or mailed and are due no later than 2:00 PM (EDT) on May 26, 2010 to: Attn: 121 ARW/MSC, C/O Base Supply Bldg 872, 7381 Zistel St, Columbus OH 43217-5872, Include the RFP Number on the package. Point of Contact: Mark Miesse, Phone: (614)492-4232, Email: mark.miesse@ang.af.mil. THIS POCUREMENT IS SET A-SIDE FOR SMALL BUSINESS. NAICS Code is 541310 Small Business Size Standard $4.5 Million. Selection shall be made in accordance with FAR Part 36.602-5(a) Short Selection Procedures. Project is to provide A/E design services for Project Number ZRVL092004, ADAL Vehicle Maintenance, Bldg 5, Zanesville Air National Guard Station OH. The Architect/Engineer shall provide design services to accomplish the following: Renovate a portion of the existing building in order to provide a better environment for the administrative portion for our Vehicle Maintenance facility. The renovations shall include the modification of an existing open storage bay into the administrative office and turning the existing administrative office into a tool storage room. This shall include appropriate heating and cooling of the new space, along with all electrical feeds and outlets. Also included will be the installation of conduit and pull strings for necessary communications requirements. Also included in this project is the construction of a bay extension (224 SF) onto the end vehicle maintenance bay for the ability to pull in a newer (longer) vehicle to accomplish proper maintenance along with a new covered vehicle wash rack ( 900 SF) on the end of the vehicle maintenance bays. This new wash rack shall tie into the existing Oil Water Separator for this facility. This project will also include the installation of Solar Panels and Vertical Axis Wind Turbines on the roof of the building and tying them into the electrical grid in accordance with American Electric Power requirements. The new construction shall include a concrete footer, steel structure with metal siding and proper insulation, along with the appropriate roofing materials required. The design shall follow the Air National Guard Design Objectives (ANGETL 01-1-1), and the following base standards: All mechanical systems along with water, gas and electric meters shall be connected to our existing Energy Management Control System; The Design shall be broken into different phases. Those are Type A, Type B and Type C services. The Type A services are investigative in nature, while Type B is the actual design documents (plans and specification). Type C is Construction Inspection and testing.The following evaluation criteria shall be adhered to: FAR 36.602-1 (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (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) Location within the geographical area of the project and knowledge of eh locality of the project; provided, that applications of this criterion leaves and appropriate number of qualified firms, given the nature and size of the project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-1/W9136410R0013/listing.html)
 
Place of Performance
Address: 121 ARW/MSC Rickenbacker IAP, 7370 Minuteman Way Columbus OH
Zip Code: 43217-5875
 
Record
SN02131594-W 20100425/100424000322-38d11cf187a4475ec0aafc6fcc36d699 (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.