SOLICITATION NOTICE
C -- Architectural Engineer IDIQ, Joint Base Elemendorf-Richardson, Alaska
- Notice Date
- 3/25/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-11-R-0014
- Point of Contact
- Michelle Thorns, Phone: 907-552-3724, Lucy A. Teitzel, Phone: 907-552-5649
- E-Mail Address
-
michelle.thorns@elmendorf.af.mil, teitzell@elmendorf.af.mil
(michelle.thorns@elmendorf.af.mil, teitzell@elmendorf.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis ARCHITECT ENGINEER (A-E) SERVICES: An Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide design of Operations and Maintenance (O&M) and Minor Construction (MC) projects for Joint Base Elmendorf-Richardson (JBER), Alaska starting 1 September 2011. Firms desiring consideration should be multi-disciplined and shall clearly indicate their consultants. Desired disciplines include: architecture, landscape design, interior design, structural, civil, geo-technical, mechanical, electrical (to include power distribution and communications), corrosion, POL specialty engineering, fire protection engineering, environmental, asbestos, hazardous and toxic waste abatement. The contract fees are limited to a minimum of $5,000.00, maximum of $10,000,000.00 and individual work order fees limited to $1,000,000.00 is contemplated. Multiple awards may be awarded. Contracts will be awarded to the highest rate firm providing either all in-house resources or providing project management control of a combination of firms organized to cover the broad spectrum of work. Significant evaluation criteria for A-E selections are: a) Professional qualifications--Availability of design staff (key personnel) with required disciplines to accomplish work; b) Specialized experience and technical competence in the type of work required, including specialty design and construction management experience in O&M and MC type work and where appropriate, experience in energy conservation, LED lighting design, LEED, pollution prevention, waste reduction, POL mechanical engineering, and the use of recovered materials; c) Professional capacity-- present workload and ability to meet time schedule; d) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; e) Experience with the sub-arctic, arctic and seismic conditions common in Alaska; f) Experience developing long range maintenance plans for infrastructure and facility systems; g) Proximity of the firm to JBER; h) Capability to address the identifications, quantification of asbestos and other hazardous, toxic waste materials; I) Volume of DoD work. Title I, Title II and other A-E Services may be required. Contract will include the base period for 365 calendar days with four option years at the discretion of the Government. All response to this notice must be received by Close of Business, 25 April 2011, to be considered for selection and must include an SF 330, Architect-Engineer Qualifications. This is NOT a request for proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-11-R-0014/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02409821-W 20110327/110325234821-863defd49c8431fb172944537431a5cc (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 |