Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

C -- Fairchild AFB A&E IDIQ

Notice Date
2/6/2015
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92 CONS, BLDG 2451, 110 W ENT ST, STE 200, FAIRCHILD AFB, Washington, 99011-8568, United States
 
ZIP Code
99011-8568
 
Solicitation Number
FA4620-15-R-B001
 
Archive Date
2/25/2015
 
Point of Contact
Paul C Blais, Phone: 5092474864, Roger K Hoyt, Phone: 509-247-2071
 
E-Mail Address
paul.blais@us.af.mil, roger.hoyt.4@us.af.mil
(paul.blais@us.af.mil, roger.hoyt.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Sources Sought Notice Solicitation Number: FA4620-15-R-B001 Classification Code: C - Architect and Engineering Services NAICS Code: 541310 - Architectural Services Contracting Office Address Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 W. Ent St., Fairchild AFB, WA 99011-8568 Description Sources Sought: The 92 d Contracting Squadron will be soliciting an Indefinite Delivery Indefinite Quantity (IDIQ) Multi-discipline Architect-Engineer (A-E) A-E Services contract as a proposed Small Business Set-aside. The intent is to select up to two A-E firms from the solicitation under the North American Industry Classification Code (NAICS) 541310 - Architectural Services. The size standard is $7.5M. Services will be required for architectural, electrical, mechanical, civil, landscaping, and structural engineering. In addition surveying, some asbestos, lead paint and other environmental studies may be required. The A-E will be required to prepare Request for Proposal (RFP), plans/drawings, specifications, design analysis, and cost/time estimates as required for a variety of maintenance, repair, alteration, new and minor construction projects. The A-E may be required to provide construction and management support services and/or various types of services such as investigations, verification of existing underground utility locations, inspections, studies, and reports as related to project designs and studies, including hazardous, toxic, and radioactive materials. Projects may range from interior and exterior renovations of mission, base and community support facilities and upgrades to utility infrastructure systems. Services required under this contract are not considered mission essential. The government anticipates an award of up to two (2) contracts. Submissions received in response to a subsequent RFP (Request for Proposal) will be evaluated by a board of professional architects, engineers and others in accordance with FAR Part 36.6 with the following selection criteria listed in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) design and the use of recovered/recycled materials; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Location in the general geographical area of Fairchild AFB (within 500 miles from Spokane, WA) and knowledge of the locality of the base; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the proposed services. (5) Capacity to accomplish multiple projects up to $500,000 per task order within 90-120 days; (6) Implementation of a quality control program. (7) Program management process/plan for handling Fairchild AFB projects (i.e. customer support, design quality control, timeliness/completion of submissions and follow up). This acquisition is being considered as a Small Business set-aside. Offerors should also identify if they fall under any Small Business subcatagory. If your firm intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) SBA Certification of any subcatagory eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) financial and bonding capabilities to execute projects ranging from $2,000.00 to $650,000.00, (e) financial capability to execute projects from $2,000.00 to $650,000.00 (f) project management capabilities, (g) capability to execute Design Build Projects from concept through construction to include partnerships. This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. The Contracting Officers determination will be made for the above partial set-aside from the information received from the qualified sources submitted from this request. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. Interested parties responding to this notice need to provide their business type, Small Business subcatagory, and items identified above. The solicitation is expected to be electronically posted on or around 29 May 2015. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a government contract; failure to register in the CCR database will cause your firm to be ineligible for award. Responses shall be submitted to this office no later than 20 Feb 2015 at 1:00 PM (Local) Current Point of Contact Paul Blais, Contract Specialist, Phone 509-247-4864, Fax 509-247-8685, Email paul.blais@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-15-R-B001/listing.html)
 
Place of Performance
Address: 110 w Ent Street, Fairchild AFB, Washington, 99011, United States
Zip Code: 99011
 
Record
SN03636245-W 20150208/150206235359-26e1114f43e4b76004e1b3855f624490 (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.