Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

C -- Consolidate HQ Group Functions - SF 330

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, US Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585, United States
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-15-AE_12-1009
 
Archive Date
9/5/2015
 
Point of Contact
Jacob D. Caldwell, Phone: 34 95 584 8075
 
E-Mail Address
Jacob.Caldwell@us.af.mil
(Jacob.Caldwell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Standard Form 330 - Architect-Engineer Qualifications Morón Air Base A-E Services Synopsis (Notice of Intent to Contract for A-E Services) "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The bid acceptance period should be valid through 30 Sep 15. The government reserves the right to cancel this solicitation." DESCRIPTION & CONTRACT INFORMATION: The 496 th Air Base Squadron at Morón Air Base, Spain has a requirement for an Architect-Engineer (A-E) Services contract and contemplates awarding one (1) firm-fixed price (FFP) contract. The contract action will consist of a single project in which the contractor shall provide the following: Provide works to renovate and expand and redistribute existing space to optomize resources at the Headquarter facility at Morón Air Base, in order to comply with requirements and upgrade the facility to comply with specific codes. Additionally, the firm shall create new design/construction documents for the same that will serve for a third party to implement. The estimated construction costs is between $1,000,000 and $5,000,000 (US Dollars). No contract for construction of any project shall be awarded to the firm, subsidiaries, or affiliates that designed the project. Prior to contract award, the selected firm must be registered in the System for Award Management (SAM) at www.sam.gov. Failure to register may render the firm ineligible for award. If already registered, ensure representations and certifications in SAM are current. Due to the overseas location of this solicitation, no Small Business set-aside will be used. The North American Industry Classification System (NAICS) codes for this acquisition are 541330, 541310, and 541690. NOTE: THIS REQUEST FOR CAPABILITIES IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT BUSINESS IN SPAIN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION. "IN ACCORDANCE WITH THE AGREEMENT OF DEFENSE AND COOPERATION BETWEEN THE KINGDOM OF SPAIN AND THE UNITED STATES OF AMERICA, ANY CONTRACT RESULTING FROM THIS NOTICE AND SUBSEQUENT SOLICITATIONCAN ONLY BE ENTERED INTO WITH COMPANIES AUTHORIZED TO CARRY OUT THESE ACTIVITIES IN SPAIN UNDER SPANISH LAW. COMPANIES MUST MEET THE REQUIREMENTS ESTABLISHED BY SPANISH LEGISLATION FOR EXECUTION OF GOVERNMENT WORKS. IN ADDITION, IN ACCORDANCE WITH THE OFFICE OF DEFENSE POLICY DIRECTIVES, SPANISH MATERIALS, LABOR, AND EQUIPMENT MUST BE USED IF PERMITTED BY THE REQUIREMENTS OF THE CONTRACT SPECIFICATIONS." SCOPE OF SERVICES: An engineering firm shall be the prime consultant for this contract. A professional Engineer, licensed in Spain, shall stamp all Engineering drawings. A professional Architect licensed in Spain, shall stamp all Architectural drawings. Title I (Type A) Investigative and Analysis services may include studies, reports, design analysis, constructability and peer reviews, surveys, and cost estimates. The selected firm will need to already be familiar with or become familiar with Air Force facility design standards, antiterrorism, and CAD Standards; as well as other government codes that may be required for selective projects. Title I (Type B) Design services (not to exceed 6% of the estimated construction cost) may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including building renovations and new building construction. Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings. AutoCAD 2012 (or the latest version) drawings; specifications written in the Construction Specification Institute (CSI) format; economic analysis, construction cost and time estimates; engineering calculations, logs; and study reports. Projects may include various combinations of architectural, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines. Title II (Type C) Services may be required for the supervision, inspections, review of submittals, responses to RFI's (Request for Information), implementation of change orders which could involve cost estimates, specifications, justifications, along with revised drawings for any construction projects. SELECTION CRITERIA: Selection of the firm will be in accordance with FAR 36.602, Selection of firms for A-E contracts whereby discussions will be held with at least three of the most highly qualified firms. Upon completion of the selection process, negotiations will be conducted to establish desired A-E discipline's hourly rates, direct, indirect, and general and administrative overhead rates, profit and other cost elements. Firms are advised to review the referenced FAR Part and include a subsequent acknowledgement and statement of understanding of the requirement as the last item in the Standard Form 330 (SF 330), Part II, Block H. Failure to include this signed statement within the SF 330 will negate consideration of the firm for evaluation purposes. The selection criteria listed below is how the government will evaluate each potential contractor and assigns the numerical weights to each criterium. (1) Professional qualifications (25 Points) necessary for satisfactory performance of required services. The SF 330, Part I, Block E, should show brief resumes of key personnel of the firm/teaming arrangement. Responses will be evaluated to determine personnel: education, training, project experience and professional registration of key personnel. Evaluations will also rate the depth and experience of the firm and other firms submitted as part of the team. Consider the type and quantity of projects the firm (and associates) has been involved in over the past 5 years. (2) Specialized experience and technical competence (25 Points) (Refer to SF 330, Part I, Blocks F and G. For the SF 330, Part I, Block F, list only current projects or projects completed in the last 5 years.) in the type of work required, including, a) design excellence and quality of work (last five years); b) breadth and diversity of projects; c) design strength in government specific factors e.g., security, anti-terrorism, DoD, Air Force, e.g., fuels, hazardous materials, air field lighting, data center cooling and air flow modeling, geothermal, energy analysis and study, central plant design and renovations, design of supplemental and auxiliary heating and cooling systems, competence in AutoCAD 2012 (or newer); ArcGIS, GPS and other technology to perform professional Engineering design, analysis, and contract document.; d) demonstrate design strength in Sustainable Design and/or Environmental Restoration; e.g. LEED certified design experience, energy conservation/efficiency and/or use of alternate energy sources, pollution prevention, waste reduction and use of recovered materials. (3) Past performance with Government agencies and private industry (15 points) (Refer to SF 330, Part I, Block H) in terms of cost control, quality of work, and compliance with performance schedules; Past performance of the A-E firm (and their subcontractors) will include quality control/quality assurance program to assure coordinated technically accurate. Documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Past Performance Information Retrieval Systems (PPIRS) will be queried for all prime firms to be assessed. (4) Location in the general geographical area of the project and knowledge of the locality of the project (10 points). Evaluated considerations will include the location of the firms main office and sub-consultant offices that would be used for any resultant contract and the firms ability to ensure timely response to requests for on-site support. (5) Capacity to accomplish the work in the required time (15 Points), complete projects within the established time limits, meeting project dollar threshold, and current workload (6) Computer aided drafting and design capability (10 Points). The firms capability to originate or transfer all drawings compatible with Morón Air Base requirements for AutoCAD Format. REQUIRED SUBMITTALS: Cover letter addressing each of the Selection Criteria; Organizational Chart; Three (3) references for offeror's work, including company name, phone number and name of contact, description of work, location, and total dollar amount. SF 330 Part I & II for the Prime Contractor; and SF 330 Part I & II for each proposed sub-consultant. SUBMISSION REQUIREMENTS: Interested firms shall submit credentials in English and Spanish languages for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria, three (3) bound copies of the Standard Form 330, Architect-Engineer Qualifications (Parts I and II), no later than 1600 Local Time on 21 August 2015 to: 496 ABS/LGC Attn: SSgt Jacob Caldwell Unit 6585, Bldg 106 APO AE 09643-6585 Facsimile transmission will not be accepted and will be considered non-responsive. There is no page limit for the SF 330 Part II. However, Firms shall keep the total page count of SF 330 Part I to no more than 60 pages (front and back is two pages) of text/figures/tables. The cover, cover letter, title page, and tabs for the SF 330, Part I are excluded from the page count. Page text shall be a minimum of 12 point font and page size shall be be 8-1/2 inches by 11 inches. All submittals shall be bound. All questions shall be submitted in writing to the point of contact below. POINT OF CONTACT: SSgt Jacob Caldwell Contracting Officer Jacob.Caldwell@us.af.mil +34 955 848 075
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/244a0f4e209266995fc863266f7db663)
 
Place of Performance
Address: Morón Air Base, Carretera Sevilla - Morón KM 17, Morón de la Frontera, Sevilla, 41530, Spain
 
Record
SN03827829-W 20150808/150807000154-244a0f4e209266995fc863266f7db663 (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.