SOLICITATION NOTICE
Y -- Architect-Engineering IDIQ; Eielson AFB, Alaska - Evaluation Factors - SF 330, Architect-Engineer Qualifications - Past Performance Questionnaire (PPQ)
- Notice Date
- 7/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
- ZIP Code
- 99702
- Solicitation Number
- FA5004-13-R-AE01
- Point of Contact
- Nathaniel J. Craig, , David Pfau,
- E-Mail Address
-
nathaniel.craig@us.af.mil, david.pfau.1@us.af.mil
(nathaniel.craig@us.af.mil, david.pfau.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire (PPQ) SF 330, Architect-Engineer Qualifications Evaluation Factors ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, ALASKA: The 354th Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services at Eielson AFB, AK. This is a competitive selection in which competing offeror's qualifications will be evaluated in accordance with FAR Part 36.6 and this Section to determine the most highly qualified firms. Beginning with the most highly qualified firm, the Government intends to award three indefinite delivery, indefinite quantity (IDIQ) contracts which shall include a base period plus four (4) option periods. The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for traditional A-E Services for design and construction oversight. Responders' are advised the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Not responding to this post shall preclude participation in the subsequent RFP. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. NAICS 541330 (Engineering Services) & NAICS 541310 (Architectural Services) applies to this acquisition, with a size standard of $4.5M. The estimated disclosure of magnitude is between $5,000,000 and $10,000,000 should all options be exercised. The work to be performed shall include but is not limited to: The Architect-Engineer (A-E) shall perform professional architectural and engineering services such as planning, investigation, study, surveying, design, construction surveillance and inspection, and provide labor and materials to accomplish the work specified in each task order issued under this contract. The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents. The types of A-E Services are defined as follows: Title I Services: Include services related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, cost estimates, and estimated construction periods of performance. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, fuel facilities and infrastructure systems. Title II Services: Include services related to a specific construction project and consist of supervision and inspection of construction. Title II services may include all aspects of construction quality assurance and oversight of facility and infrastructure construction/ renovation projects, and may include oversight of incidental environmental projects associated with primary requirements. Other A-E Services: Include design and construction-related services, but are not connected with a specific construction project. The services may include, but are not limited to, providing a full range of support associated with conventional design for construction, maintenance, and repair of facilities and infrastructure, including MFH, on Eielson AFB, Birch Lake Military Recreation Site, Blair Lakes, Yukon Training Range, Oklahoma Training Range, and Clear AFS, Alaska as well as other locations of interest to the Government. These efforts include advanced planning, programming, studies, investigations, sustainability and Leadership in Energy and Environmental Design (LEED) analysis and documentation, interior design services, vulnerability assessments, leak detection surveys and assessments, energy studies, support necessary for the implementation of the Family Housing Master Plan Program (to include Housing Requirements and Market Analyses (HRMAs), Housing Community Profiles (HCPs), Family Housing Master Plans (FHMPs), General Officer Quarters Master Plans, the Dormitory Master Plan Program, Air Force, Major Command (MAJCOM) and Installation Asset Management Plans and other services not associated with a specific construction project. QUALIFICATION PACKAGE PREPARATION INSTRUCTIONS To assure timely and equitable evaluation of qualification packages, offerors must follow the instructions contained herein. Vendors are required to meet all instruction requirements. Failure to meet a requirement may result in a vendor being excluded from evaluation. Vendors must clearly identify any exception to the instructions and provide complete accompanying rationale. Submit one (1) complete original and one (1) electronic copy Cover Letter including company name, point of contact information to include phone number and email, DUNS number and CAGE code, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Submit completed SF 330. Please note, Per FAR 52.244-4. Subcontractors and Outside Associates and Consultants (Architect-Engineer Services)(Aug 1998) Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by any resulting contract will be limited to individuals or firms that were specifically identified and evaluated up front. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants. Contractors are responsible for submitting Past Performance Questionnaire (PPQ). This document should be completed in full and submitted to the Point's of Contact listed below with their final packages. Teaming Agreement identification: The prime firm shall provide a statement in the cover letter confirming whether or not there are executed teaming agreements in place for team members as part of the SF-330 submittal. The statement shall also list team members. (Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors.) Electronic packages should be emailed to nathaniel.craig@us.af.mil with a courtesy copy to david.pfau.1@us.af.mil Hand-carried packages must be deposited at the 354th Contracting Squadron, 2310 Central Ave, Eielson AFB, Alaska 99702. The sealed envelope or package used to submit your qualifications must be marked "SOURCE SELECTION SENSITIVE" and must show the time and date specified for receipt, the Synopsis Number, and the name and address of the offeror. Vendors are cautioned that Eielson AFB, AK has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PACKAGES. Vendors should allow sufficient time to obtain a visitor pass and arrive at the Contracting Squadron PRIOR to the time specified for receipt. Vendors are required to submit all electronic copies of the packages in Adobe Acrobat or Microsoft Word. If mailing the package, the sealed envelope or package used to submit your package must be marked "SOURCE SELECTION SENSITIVE" and must show the time and date specified for receipt, the synopsis number, and the name and address of the offeror. The mailing address to send proposals: Mail to: 354 CONS/LGCA ATTN: Nathaniel Craig, SSgt BLDG 2258 Central Ave, Room 300 Eielson, AFB Alaska 99702 DISPOSITION OF PROPOSALS: The original proposal and related information will be retained with the contract file. All extra copies will be destroyed after completion of evaluations. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 02 August 2013, 2:00 PM Alaska Standard Time. Primary POC email: nathaniel.craig@us.af.mil Alternate POC email: david.pfau.1@us.af.mil ATTACHMENTS: Evaluation Factors SF 330, Architect-Engineer Qualifications Past Performance Questionnaire (PPQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-13-R-AE01/listing.html)
- Place of Performance
- Address: 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN03127727-W 20130727/130726000025-b14d0e96b7e65143c928fc64d2d87942 (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 |