Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2016 FBO #5362
SOLICITATION NOTICE

C -- A&E Services for Open Ended Architectural Design - Statement of Work (Rev 1)

Notice Date
7/27/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 801 Kenney Ave Ste 2301, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
Barksdale-OpenEndArchitectural-AE
 
Archive Date
9/14/2016
 
Point of Contact
Brandon J Boudreau, Phone: 3184564841, Marla Poirier, Phone: 318-456-6833
 
E-Mail Address
brandon.boudreau@us.af.mil, marla.poirier@us.af.mil
(brandon.boudreau@us.af.mil, marla.poirier@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (Rev 1) - A&E Open Ended Architectural ARCHITECT-ENGINEER (A/E) SERVICES FOR INDEFINITE DELIVERY/QUANTITY (OPEN-END) CONTRACTS ARCHITECTURAL SERVICES CONTRACT & MECHANICAL, ELECTRICAL, & PLUMBING (MEP) Firms should respond to this notice no later than 30 days after posting. THIS IS A 100 PERCENT TOTAL SMALL BUSINESS SET ASIDE. THE NAICS CODES FOR THIS ACQUISITION IS 541330 (ENGINEERING SERVICES). This is a request for Standard Form (SF) 330, not a Request for Proposal (RFP). The Department of the Air Force has a need to establish two (2) separate Architectural and Engineering (A-E) indefinite-delivery/indefinite-quantity (open-end) design contracts. One award will be concentrated around Architectural designs and another for MEP designs. Design services required will include preparation of drawings and specifications to meet all of the most current regulations. Typical projects involve repair, renovation, or minor construction. Specifications and other reports must be provided as hard copy and in electronic format using Microsoft Office products. Drawings, including Geographical Information System (GIS) products, must be provided in AUTOCAD 2012-compatible format & ArcGIS 10.1 or higher. Firms should describe their GIS capabilities in their submittals. Designs may need to include provisions for asbestos/lead removal. Note: In accordance with FAR 16.504(c)(i), to the maximum extent practicable, preference will be given to making multiple awards of indefinite-quantity contracts under a single solicitation for the same or similar supplies or services. Each A-E contract will be issued for a period of one base year with four one year option periods. The maximum amount per delivery order is $500,000. The cumulative amount of delivery orders will not exceed $5,000,000 for the life of the contract. Delivery orders will be issued from time to time as the need arises during the contract period. There is a minimum of $5,000 in fee work that will be issued at contract award. A-E Selection will be limited to firms submitting an SF 330 and will be based solely on the information provided on these forms. The Statement of Work for these services is attached to this advertisement. Significant evaluation factors in order of relative importance are as follows: (A) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Mechanical, Electrical Engineers, Interior Designers, Landscape Designers, and Registered Surveyors; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD). (B) Professional qualifications to include: education, training, registration, certifications, overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and clause 52.236-25, but does not have to be registered in the particular state where the project is located. (C) Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meeting project dollar thresholds, and current workload. (D) Past performance on contracts with Government agencies and private industry 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. Request for Proposal (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Past Performance Information Retrieval System (PPIRS) will be queried for all prime firms to be assessed. (E) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms. Given the nature and size of the subject project, Special emphasis will be placed on firms located within 150 miles of Barksdale AFB, LA located in Bossier City, LA. Required Documents: Interested firms which meet the requirements described in this announcement are invited to submit three copies (1 original, 1 additional hard copy and 1 electronic copy on CD) of their completed SF 330, Parts I and II, and supporting data for a total package of not more than 75 double-spaced pages printed on 8 ½ x 11 paper, font size 12. Font size no smaller than 8 is allowed for use in the SF 330 Block Titles, captions, tables, and illustrations. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Past Performance Questionnaires for Section F projects, cover, back, and SF 330 index tabs are excluded from the page allowance. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable. This synopsis is for the purpose of soliciting SF 330s from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (30 Aug 2016, 3:00 PM CST) will be considered for selection. Email and/or fax copies will not be accepted. Any questions concerning these requirements must be submitted no later than 1 Aug, 2016. Responses to any questions submitted will be posted to FBO. Deliver Completed Capability Package to: 2d Contracting Squadron/LGCB 801 Kenney Ave, Ste 2301 Barksdale AFB, LA 71110 ATTN: Mrs. Marla Poirier Primary POC: Robert Ortegon 318-456-0807 robert.ortegon@us.af.mil Alternate POC: Marla Poirier 318-456-6833 marla.poirier@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e31a4b1d862902b7b9c010e863d93ba8)
 
Place of Performance
Address: Barksdale AFB, LA, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN04198790-W 20160729/160727235558-e31a4b1d862902b7b9c010e863d93ba8 (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.