Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
MODIFICATION

C -- Architectural & Engineering (A&E) Services

Notice Date
3/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
FA4621-12-R-0005A
 
Archive Date
3/9/2013
 
Point of Contact
John C Person, Phone: 316-759-6866, William J Carbrey, Phone: 316-759-4513
 
E-Mail Address
john.person@us.af.mil, william.carbrey@us.af.mil
(john.person@us.af.mil, william.carbrey@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Presolicitation (Responce Required) I. INTRODUCTION AND OVERVIEW OF REQUIREMENT McConnell AFB is seeking one or more qualified firms to provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Services, and other A&E services to include incidental related work associated with design for construction/repair of real property). Projects will require multi-discipline engineering services in accordance with Air Force Instruction (AFI) 32-1023. A&E services for architectural, civil, structural, interior, landscaping, electrical, mechanical, environmental, communications and fire protection may be required. Other professional services for comprehensive planning, programming, estimating, studies, surveying, testing, mapping reproduction, electronic document posting, geo-technical, investigations, and construction management/administration may be required. Projects will vary by type, scope, and complexity, requiring the use of various and multiple facility design disciplines and related technical services. Services provided by the A&E will be primarily for execution of sustainment, restoration and modernization (SRM) projects; minor construction (addition/remodel); maintenance (repair/alteration) of existing real property; and/or support of Government in-house designs. IDIQ contracts for design services provided within an engineering discipline may be awarded under this synopsis. The contract will provide a 12-month base period of performance with four 1-year options. Construction cost limitation, if needed, will be specified for each task order in the scope of work. The total contract value will not exceed $4.5M for all work performed. A minimum of $1.5K in fees paid is guaranteed for the base period of performance. No specific minimum amount is guaranteed in any of the option years. Task orders issued against the IDIQ contract will be a firm fixed price. The NAICS code is 541310. This acquisition is 100% set aside for small business concerns. II. EVALUATION CRITERIA A. PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services; B. GEOGRAPHIC PROXIMITY to, with design experience in the area in/around McConnell AFB; provided, that application of this criterion leaves an appropriate number of qualified firms; C. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials. Experience with both national and local-area regulations and building codes relating to the required work is desired; 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. CAPACITY TO ACCOMPLISH THE WORK in the required time; RELATIVE WEIGHTING OF EVLUATION CRITERIA: The evaluation criteria above are listed in descending order of importance. III. RESPONSE PROCEDURES Each firm will indicate selected consultants to include, but not limited to, the following design disciplines: Architectural (including Landscape Architects), Civil Engineer (General and Airfield Design), Structural, Mechanical (HVAC, Plumbing & Fire Protection), Environmental (Hazardous Waste Identification and Design), and Electrical (Building Design, Fire Detection & Alarm Systems, Exterior Lighting, and Underground Distribution). Consultants, joint ventures, or complete in-house capability of the listed design disciplines are acceptable. A&E firms that meet the requirements described in this synopsis are invited to respond to this announcement. Each A&E's response must include: Two (2) copies of SF 330, Architect-Engineer Qualifications, with a cover letter, each copy is not to exceed twentyfour (24) pages in length, summarizing their qualifications, experience, and capabilities. Forms are available at www.gsa.gov (GSA Forms Library). The cover letter should also provide the name of a point of contact that can respond to questions about the response. Include a phone number and e-mail addresses for the points of contact. Be sure to include information on awards and other recognition for designs or other work relevant to the requirements set out in this synopsis. Interested firms should provide the requested information on time to be received at the following address by 3:00 PM CST on; April 9th 2012. 22 CONS/LGCA c/o Bill Carbrey, 53384 Kansas Street, Suite 118A, McConnell AFB, KS 67221-3606. IV. OTHER INSTRUCTIONS AND INFORMATION The Government intends to evaluate firms who respond to this source sought notice using the procedures set out in FAR 36.602 and AFI 32-1023. These procedures include use of an evaluation board. The 22d Contracting Squadron will then issue a request for proposal to one or more of the most qualified firms. As noted above, the Government reserves the right to award more than one contract. At this point, it is anticipated that one or more contracts will be awarded from the responses received from this notice. This is not a request for proposal (RFP). Potential Offerors are responsible for monitoring this site for amendments to this synopsis. Potential Offertory MUST register at https://www.fbo.gov/ in order to receive automatic notification of changes to the synopsis. All Contractors MUST be registered in the Central Contractor Registration database and ORCA database prior to award of any contract. Early registration is highly encouraged. Contractors can obtain further information on the Central Contractor registration (CCR) and ORCA registration at web site http://www.ccr.gov/ and http://orca.bpn.gov/. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation/RFP either before or after the bid opening/RFP closing date. Per AFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offertory, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-12-R-0005A/listing.html)
 
Place of Performance
Address: McConnell AFB, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02710494-W 20120401/120330235330-817c0216d971fb049b3c0af1aecf4f25 (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.