SOLICITATION NOTICE
C -- Architect-Engineering (A-E) Services
- Notice Date
- 12/4/2014
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-14-R-0021
- Point of Contact
- Frank Padovich, Phone: 719-333-4054, Arminda B. Brachhold, Phone: 7193333142
- E-Mail Address
-
Frank.Padovich@us.af.mil, arminda.brachhold@us.af.mil
(Frank.Padovich@us.af.mil, arminda.brachhold@us.af.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Synopsis: ***This announcement is for information only.*** Architect/Engineer (A-E) Multi-disciplined services are required for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for design of various type projects at the United States Air Force Academy (USAFA), Colorado and other authorized Department of Defense installations to include Buckley, Cheyenne Mountain, F.E. Warren, Fort Carson, Peterson and Schriever, as well as geographically separated units (GSUs) for Peterson and Schriever at the following locations: New Boston AFS, NH; Kaena Point, HI; Cape Cod AFS, MA; Beale AFB, CA; Cavalier AFS, ND; Clear AFS, AK; RAF Fylingdales, UK; Socorro, NM; Diego Garcia, BIOT; Maui, HI; and Eglin AFB, FL. The North American Industry Classification System (NAICS) code is 541310 Architectural Services. The small business size standard for 541310 is $7.5 million. This acquisition will be a partial small business set-aside, where at least two of the anticipated five contracts may go to small business. Foreign firms will not be considered for award of an A-E contract. The general SOW for this indefinite delivery indefinite quantity (IDIQ) contract will require firms to perform architectural and engineering services as defined by The Brooks Act in 40 U.S.C. 1102 and Public Law 92-582, commonly referred to as Title I, Title II, and other professional A-E services, as defined in AFI 32-1023, to administer, coordinate, and technically support facility sustainment, restoration, and modernization (SRM), military construction (MILCON) and Non-Appropriated Funds (NAF) programs of interest to the USAFA and other locations identified in paragraph 1. The work includes all efforts necessary to manage and execute architect and engineering services to include Title I, Title II, and other A-E services for design and construction oversight supporting SRM, MILCON and NAF programs. Firms are also required to provide a Registered Architect or Professional Engineer licensed in the State of Colorado. Architectural and Engineering Services are defined as professional services of an architectural and engineering nature required to be performed or approved by a person licensed, registered, or certified to provide these services. Architectural and engineering services include services associated with research, planning, development, design, construction, alteration or repair of real property, and other professional services. Architectural and engineering services also include incidental services, which members of the architectural and engineering professions may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. Services commonly referred to as Title I 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, and cost estimates. These services include preliminary/concept designs, design development, technical specifications, project design analysis, preparation of preliminary and final construction drawings, studies and surveys, facility assessments, and comprehensive interior design packages that meet Unified Facility Criteria (UFC) 3-120-10. Services may be required for primary disciplines, which include but are not limited to architectural, electrical, mechanical, civil, landscaping, forensic investigation/remediation, structural, environmental, and interior design. Specific requirements may include high temperature hot water, geotechnical, mining, fire protection, soils, life health safety upgrades, ADA handicap upgrades, historic preservation, sustainable design, LEED certification, economic/lifecycle design, and renovation & modernization. This work includes airfields, recreation, campus/academic, administrative, dining, housing, athletic, and support facilities. The A-E will be required to utilize e4Clicks Project Estimator Program and possibly PACES for cost estimating. A visual inspection of the site, utility, infrastructure or facility for familiarization with scope, general conditions, and coordination with using activities may also be required. Services commonly referred to as Title II services include services related to a specific or proposed construction project and consist of supervision and inspection of construction. This includes inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating, and testing product submittals and shop drawings, as well as preparation of construction contract modifications. Services commonly referred to as other professional services include services that are design and construction related but is not connected with a specific construction project. The services consist of developing design criteria, fact-finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a professional engineer or registered architect such as providing design and construction equipment or computer programs. The A-E Contractor will be required to comply with all industry standard codes. These codes and regulations include but are not limited to: International Building Codes (IBC), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), industry standards, Unified Facilities Criteria (UFC), Air Force Engineering Technical Letters (ETL), Anti-Terrorism/Force Protection (AT/FP) standards, State Historical Preservation Office (SHPO) requirements, Air Force Instructions (AFI), Manuals, Handbooks and other Publications, USAFA Design Standards including CAD/BIM/GIS, Fort Carson Installation Design Guide (IDG), applicable engineering design guides, planning requirements, and applicable drafting standards. A-E selection procedures (FAR Subpart36.6) will be used to competitively award multiple indefinite delivery/indefinite quantity (IDIQ) contracts. The A-E contract includes up to a one (1) year base ordering period with four (4) one-year option periods. Firm Fixed Price Delivery Orders will be negotiated and awarded for each specific project. The total order amount for each contract will not exceed $10,000,000 for the life of the contract. There is a minimum quantity guarantee of $5,000, which will be issued at contract award. There is no minimum delivery order amount. Evaluation factors include professional qualifications, specialized experience, professional capacity, past performance, location, volume of work, and interview/discussion. ***This announcement is for information only. No solicitation documents are available. The award of a Firm-Fixed Price contract is contemplated and is subject to availability of funds.*** The Request for Qualifications (RFQ) is expected to be issued on or about 19 Dec 2014 on FedBizOpps at www.fbo.gov. The government will not provide written paper copies of the RFQ. Potential offerors must register on FedBizOpps in order to receive notification(s). Offerors must be registered with the System for Acquisition Management (SAM) at www.sam.gov in order to receive a Government contract award. Contracting Office Address: 10 CONS/LGCA, 8110 Industrial Drive, Ste 103, US Air Force Academy, Colorado 80840 C211 classification code
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-R-0021/listing.html)
- Place of Performance
- Address: USAFA & Other Authorized DoD Installations, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03587702-W 20141206/141204235057-edd930d4a91a2fe4c9c0266b238163bd (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 |