SOLICITATION NOTICE
C -- Range Architect-Engineer Inspection Services (RAEIS) - Statement of Work (SOW)
- Notice Date
- 9/17/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-12-R-0041
- Point of Contact
- Patricia A. Bates, Phone: 3214945231, Robert J. Moran, Phone: 321-494-6136
- E-Mail Address
-
patricia.bates@patrick.af.mil, robert.moran@patrick.af.mil
(patricia.bates@patrick.af.mil, robert.moran@patrick.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RAEIS PAFB/CCAFS Past Performance Questionnaire Statement of Work (SOW) Synopsis: RANGE ARCHITECT-ENGINEER INSPECTION SERVICES (RAEIS) INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ARCHITECT-ENGINEERING (A-E) SERVICES. RESTRICTION OF THE COMPETITION IS LIMITED TO 8(a) CERTIFIED FIRMS. ALL OTHER FIRMS ARE DEEMED INELIGIBLE. THIS SYNOPSIS, STATEMENT OF WORK (SOW), PAST PERFORMANCE QUESTIONNAIRE AND SUBMISSION INSTRUCTIONS ARE ALL THE INFORMATION REQUIRED FOR INTERESTED PARTIES TO SUBMIT QUALIFICATIONS. Introduction and Overview of Requirement The applicable North American Industrial Classification System (NAICS) code and size standard for this acquisition are 541330 / $35.5M. The most highly qualified firm for this contract will be selected in accordance with the Brooks Act procedures as implemented in FAR Subpart 36.602. Selection of A-E firms shall not be based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the satisfactory performance of the services required. Submissions of completed Standard Form 330, (SF 330) received in response to this notice will be evaluated by a government selection board in accordance with Brooks Act and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firm. Only one IDIQ contract will be awarded. The contract will consist of a 5 year performance/ordering period. In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The maximum contract value is $46M. The minimum guarantee for the entire contract is $100,000. The estimated award date is 1 March 13. The purpose of this acquisition is to provide the 45th Space Wing (45 SW) with time critical planning, engineering analyses, design, cost estimating, construction management execution and construction inspection services. These services shall support a continuous need to repair, modify and construct critical launch facilities, launch support facilities, utilities and ground systems to meet both continuing and changing mission needs. A-E services for architectural, civil, structural, interior, landscaping, electrical, mechanical, utility distribution systems, environmental, communications and fire protection will 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. The locations of services to be provided potentially include any 45 SW asset/location: Cape Canaveral Air Force Station (CCAFS), FL; Patrick Air Force Base (PAFB), FL; Jonathan Dickinson Missile Tracking Annex, FL; Malabar Missile Tracking Annex; FL; Antigua Air Station, West Indies and Ascension Auxiliary Airfield, South Atlantic. However, the majority of work will occur at CCAFS. The contract will consist of two Contract Line Item Numbers (CLINs), one for A-E Title I and Title II services and a second CLIN for design/build construction services. The potential value associated with the design/build construction services mandates this notice; "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements." Evaluation and Selection Criteria Each A-E firm must demonstrate their qualifications (including key subcontractors) with respect to the evaluation and selection criteria listed below. Factor 1 is the most significant factor. Factors 2, 3 and 4 are of equal importance, are less important than factor 1, but are of greater significance than factors 5, and 6. Factors 5 and 6 are of equal importance, are less important than factors 1, 2, 3, and 4, but are of greater significance than factors 7 and 8. Factors 7 is of less importance than factors 1,2,3,4,5 and 6 but is of greater importance than factor 8. Factor 8 is the least important of all factors. In accordance with FAR 36.602-3(c), the evaluation board will hold discussions with at least three (3) of the most highly qualified firms. Professional Qualifications: (30 Point Max) Technical competence of individual design team members regarding design, repair, alteration, and new construction projects. Knowledge of Department of Defense (DoD) design criteria through recent design experience, with knowledge of Air Force design criteria being preferred. Professional registration of each discipline's lead engineer is required. Knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design is required. Specialized Experience: (20 Point Max) Recent multi-discipline experience of the proposed design team, including consultants performing A-E services on military, industrial and commercial facilities. The services shall be performed on a variety of facility types including launch complexes and support facilities, spacecraft payload processing and support facilities, associated critical space-lift support facilities, administrative facilities, and related industrial and commercial space facilities. Knowledge and application of the minimum DoD Antiterrorism Standards for Buildings is required. Past Performance: (20 Point Max) Recent past performance on contracts with DoD and private industry with respect to cost control, quality of work and compliance with performance schedules. Recent past performance on DoD contracts is preferred to private industry. Incorporation and use of design Quality Control/Quality Assurance processes to assure fully coordinated, technically accurate plans, specifications, cost estimates and RFP documents. Capacity: (20 Point Max) Ability to accomplish multiple projects simultaneously and within established time limits. Ability to sustain the loss of key personnel while accomplishing work within required time limits is required. Inspection Services: (15 Point Max) Demonstrated ability to inspect construction projects to ensure the construction meets the design documents. Design/Build Construction Services: (15 Point Max) Firm must demonstrate the ability to effectively manage construction contractors to complete projects on time and within budget. Location: (10 Point Max) Knowledge of probable site conditions and local requirements which can affect projects. Knowledge of the local permitting processes and the ability to obtain required permits in the general geographical area is assessed. Location of key personnel to ensure timely response to requests for on-site support is assessed. Volume: (5 Point Max) Amount of work previously awarded to the firm during the past year by DoD. (Objective is to effect an equitable distribution of contracts among qualified A-E firms and firms which have not had prior DoD contracts). Submission Instructions A-E firms which meet the requirements described in this announcement are invited to submit five (5) paper copies of their completed Standard Form (SF) 330, "Architect-Engineer Qualifications" Parts I and II. The firm is also required to submit one (1) CD with all requested information available on the CD. Limit the submission package to 100 pages. Special Instructions for SF 330 and Past Performance Questionnaire include: SF 330 Part I Section C Block 9 Firm Name, please include Data Universal Number (DUNS#) and Commercial and Government Entity (CAGE) Code for Prime and Subcontractors(s) following the name of the firm; Part I Section E Block 19, Relevant Projects shall not be more than five (5) years old; and Part I Section H Block 30, please include a narrative summary of qualifications addressing each of the evaluation selection criteria. Past Performance Questionnaire Part 1 shall be submitted with SF 330. Past Performance Questionnaire Part 2 should be submitted by respondents to the contracting office via email patricia.bates@us.af.mil and/or robert.moran@us.af.mil or use unsecure fax number 321-853-0904. Firms responding to this announcement with required submittals by the response date (18 October 2012, 3:00 EST) to 45CONS/LGCAC, (Attention: Patricia Bates and/or Robert Moran) 14640 Hangar Road CCAFS/BLDG 1704, MS 2037 Patrick AFB, FL, 32925-2206 will be considered. This address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized (except for Past Performance Questionnaire Part 2 from respondents). AFFARS Clause 5352.201-9101 Ombudsman applies. Paragraph (c) of subject clause reads as follows: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, Phone: 719-554-5250, Facsimile: 719-554-5299, email: a7k.wf@afspc.af.mil. Any questions regarding this announcement must be submitted in writing via email to the Contract Specialist, Patricia Bates at patricia.bates@us.af.mil and/or Contracting Officer, Robert Moran at robert.moran@us.af.mil. Potential Offerors are responsible for monitoring this site for amendments to this synopsis. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-R-0041/listing.html)
- Place of Performance
- Address: Contracting Office Address:, 45CONS/LGCAC, 14640 Hangar Road CCAFS/BLDG 1704, MS 2037 Patrick AFB, FL, 32925-2206, Point of Contact(s):, Patricia Bates, Contract Specialist, Phone (321)494-5231 or (321)853-0989 or Unsecure Fax Number (321) 853-0904 or Email at patricia.bates@us.af.mil., Robert Moran, Contracting Officer, Phone (321)494-6136 or Email at robert.moran@us.af.mil., Patrick Air Force Base, Florida, 32925-2206, United States
- Zip Code: 32925-2206
- Zip Code: 32925-2206
- Record
- SN02885332-W 20120919/120918000304-45c5dfc3f141d3ae1b62d76d4fcf5e5d (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 |