Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2010 FBO #3238
MODIFICATION

C -- Synopsis for Civil/Structural A/E Capabilities Package Request

Notice Date
10/4/2010
 
Notice Type
Modification/Amendment
 
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-9991
 
Archive Date
11/5/2010
 
Point of Contact
Diane Stout, Phone: 1-402-294-6005, 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
N/A
 
Description
FA4600-10-R-9991 Synopsis for Civil/Structural A/E Capabilities Package Request Civil/Structural Services for indefinite delivery type contracts for the design and investigation of construction projects on Offutt AFB and off-site facilities in the eastern Nebraska area. 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, licensed in the State of Nebraska shall stamp all contract drawings. Title I (Type A) Investigative and Analysis services may include studies, reports, design analysis, constructability and peer reviews, surveys, and cost estimates. The selected 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 completed projects. Title I (Type B) Design services (not to exceed 6% of the Programmed Construction cost) 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 building renovations and new building construction 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. Title II (Type C) Services may be required for the supervision, review of submittals, and inspection of construction projects. Contract Information: This announcement is placed under Full and Open Competition and is open to all businesses regardless of size. If the A-Es selected are large businesses, they must comply with FAR 52.219-9, Small Business Subcontracting Plan (July 2010) regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting plan is not required with this submission. Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods in accordance with (IAW) FAR 52.217-9, and the possibility of a six-month extension IAW FAR 52.217-8 exercised at the discretion of the Government. A maximum of three A-E Open-End contracts may be awarded, based on amount and type (primary discipline) of projected workloads, and availability of funds. The total fees for the basic year and all option years shall not exceed $5,000,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $25,000 and a maximum of $5,000,000 over the life of the contract. The North American Industry Classification System (NAICS) codes for this acquisition are 541330, 541310, and 541690. All firms interested in this announcement must be registered 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 contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the A-E Firm ineligible for award. Selection Criteria: The selection criteria listed below is in descending order of importance (first by major criterion and then by each sub-criterion). (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 disciplines 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, schedule and control procedures and technology used. (4) Location in the general geographical area of the contract and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and Acceptability under other appropriate evaluation criteria. (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. The A-E's capability to originate or transfer all drawings compatible with Offutt AFB AutoCAD Format. 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 both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria on a single copy to the 55th Contracting Office, NLT 12:00 P. M. (Noon- Local Time) Thursday, 21 October 2010 to the 55th 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-9991/listing.html)
 
Place of Performance
Address: 55th Contracting Office @ 55 CONS/LGCA, 101 Washington Sq., Bldg 40, Offutt AFB, NE. 68113-2107., Offutt AFB, Nebraska, 68113-2107, United States
Zip Code: 68113-2107
 
Record
SN02305225-W 20101006/101004234409-c427657f88e08568e44877d772e1fae7 (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.