Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOURCES SOUGHT

C -- A&E Civil/Structural Sources Sought

Notice Date
5/10/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-10-R-9990
 
Point of Contact
Mary Diane Stout, Phone: 402-294-6005, Donald E Simons, Phone: 402-294-4430
 
E-Mail Address
diane.stout@offutt.af.mil, donald.simons@offutt.af.mil
(diane.stout@offutt.af.mil, donald.simons@offutt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this sources sought is to find interested small businesses Architect-Engineering to include, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, and 8(a) small business. Civil/Structural Services for indefinite delivery type contracts for the design and investigation of construction projects on Offutt AFB and off-site facilities in Elkhorn and Scribner Nebraska. The following engineering and architectural services will be required: The primary engineering service is civil and structural. Additional services to be available under this contract, on an as needed basis will be: architecture, mechanical, electrical, and environmental engineering. A professional Engineer in the appropriate discipline, licensed in the State of Nebraska shall stamp all contract drawings. Type A, Investigative services may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including roads/bridges, infrastructure, utilities, erosion control, and environmental restoration. Type B, Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings (in bond and mylar), AutoCAD 2004 (or the latest version) drawings; specifications written in the Construction Specification Institute (CSI) format; economic analysis, construction cost and time estimates; engineering calculations, logs; and study reports. Projects may include various combinations of architectural, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Investigative services may include studies, reports, design analysis, constructability and peer reviews, surveys, and cost estimates. The A-Es will need to become familiar with Offutt AFB facility design, antiterrorism, and CAD Standards; as well as other government codes that may be required for selective projects. Services may be required for the supervision and inspection of construction projects. CONTRACT INFORMATION: This sources sought is for all small businesses. Open-end A-E contracts are contemplated for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. The total fees for the basic year and all option years shall not exceed $5,000,000. The North American Industry Classification System (NAICS) codes for this acquisition are 541330, 541310, and 541690. All firms interested in this sources sought must be registered with or have the ability to register with the Central Contractor Registration (CCR), in order to receive a Federal contract award. To register, go to the CCR Internet address at http://www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contracting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the A-E Firm ineligible for award of a contract. The interested parties should provide a corporate capabilities package to include Professional qualifications; specialized experience and technical competence; Past performance with Government agencies and private industry; Location in the general geographical area of the contract; Average annual volume of Federal work; and Computer aided drafting and design capability. (1) Professional qualifications necessary for satisfactory performance of required services. Evaluation will consider key personnel of the primary firm and consultants to be used in this contract in terms of: a) professional registration; b) education, training, relevant experience; c) awards, professional activities, and longevity with the firm; d) other relevant certifications. The availability of an adequate number of personnel in the key discipline shall be presented to ensure that the firm can meet the potential of working on multiple task orders. (2) Specialized experience and technical competence in the type of work required, including, a) design excellence and quality of work (last five years); b) breadth and diversity of projects; c) design strength in government specific factors e.g., security, anti-terrorism, DoD, Air Force, e.g., fuels, hazardous materials, explosive, munitions, air field, launch facilities transmission frequencies, safety requirements, over-sized load transport, etc. competence in AutoCAD 2004 (or newer); ArcGIS, GPS and other technology to perform professional architectural design, analysis, and contract document.; d) demonstrate design strength in Sustainable Design and/or Environmental Restoration; e.g. LEED certified design experience, energy conservation/efficiency and/or use of alternate energy sources, pollution prevention, waste reduction and use of recovered materials. (3) Past performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (capacity to accomplish the work in the required time); a) past and current customer satisfaction; e.g., overall customer satisfaction, rapport with customer, information sharing, reporting procedures and technology used, meeting design, cost, and schedule goals; b) performance records, e.g., quality of work as measured over a number of projects completed within/or under budget and within/under schedule: c) relationship & history of work with proposed consultants, d) quality, cost, and schedule and control procedures and technology used. (4) Location in the general geographical area of the contract. (5) Average annual volume of Federal work in the past three years with the objective of effecting an equitable distribution of Government A-E contracts among qualified firms. (6) Computer aided drafting and design capability. Firms desiring consideration shall submit the following: Standard Form 330, Architect-Engineer and Related Services Questionnaire for Specific Project. Text for each applicant is limited to 50 pages each, exclusive of indexing tabs, project photos or drawings with brief captions. Submit credentials for the Primary Firm for all the information pertinent to the selection criteria on a single copy NLT 12:00 P. M. (Noon- Local Time) 25 May 2010 to the Contracting Office @ 55 CONS/LGCA, 101 Washington Sq., Bldg 40, Offutt AFB, NE. 68113-2107. Facsimile transmission will not be accepted and will be considered non-responsive. Standard Form 330 may be obtained at http://www.gsa.gov/Portal/formslibrary.jsp?type=view&category=Standard+Forms&expandview If you need help with getting forms, contact Ms. Diane Stout, Contract Specialist, 55th Contracting Squadron/LGCA, or phone 402-294-6005. POINT OF CONTACT: The point of contact is Diane Stout, Contract Specialist, 55th Contracting Squadron/LGCA; phone 402-294-6005, 101 Washington Square, Offutt AFB, NE 68113-2107: e-mail diane.stout@offutt.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-10-R-9990/listing.html)
 
Place of Performance
Address: Offutt Air Force Base, Nebraska, Offutt AFB, Nebraska, 68113-2107, United States
Zip Code: 68113-2107
 
Record
SN02144752-W 20100512/100510234456-02224dab026004c3ca1598e10c572217 (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.