Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

C -- A/E Services for Eastern Service Area - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Central)
 
Solicitation Number
DTFASA-17-R-00553
 
Response Due
5/24/2017
 
Archive Date
5/24/2017
 
Point of Contact
Mary Higgins, mary.higgins@faa.gov, Phone: 817-222-5526
 
E-Mail Address
Click here to email Mary Higgins
(mary.higgins@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Architect & Engineering (A/E) for the Eastern Service Area The Federal Aviation Administration (FAA), Eastern Service Area is seeking qualified A/E firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will be used to acquire professional services of an architectural and engineering nature. These services will be utilized on FAA projects to meet the vast majority of infrastructure needs throughout the Eastern Service Area. The Federal Aviation Administration (FAA) will not pay for any information received or costs incurred in preparing the response to the Go/No Go posting. Any cost associated with submitting a response to this market survey is solely at the responding vendor ™s expense. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section III for documentation required to be submitted and evaluated to determine which vendors receive the solicitation. SECTION I REQUIREMENT SCOPE The A/E firm must be capable of providing services as described herein. If selected, the A/E firm may be required to travel where the FAA has engineering requirements. If travel is required, the A/E Firm must use the most economical method of travel. Maximum per diem rates must not exceed the Federal Government travel rates allowed for Federal Government employees. Work type may include, but is not limited to: Engineering studies and preliminary designs Final designs and bidding documents Structural, HVAC, and electrical analysis & design Site surveys Asphalt pavement design Master planning Design/build solicitation preparation Site design/evaluation and inspections Shop drawing review Construction management and inspections The FAA is looking for local A/E firms within a two-hour commuting radius of the following locations: FAA Southern Regional Office 1701 Columbia Avenue College Park, GA 30337 FAA Eastern Regional Office 159-30 Rockaway Blvd Jamaica, NY 11434 FAA New England Regional Office 1200 District Ave Burlington, MA 01803 SECTION II- CONTRACT TYPE AND EVALUATION CRITERIA The intent of this requirement is to obtain between two and five highly qualified A/E Firms, local to each location listed above, having in-house, registered, professional engineers and architects in each of the primary disciplines to include architectural, mechanical and electrical. Selected A/E Firms can provide engineering services outside the FAA Region selected. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541330 “ Engineering Services, with a small business size standard of $15.0 mil. The solicitation will be competed as full and open competition. In an effort to reduce government incurred travel expenses and to allow FAA Contracting Officers and Engineers to respond quickly to design issues, the FAA desires to select multiple qualified A/E Firms within a reasonable driving distance to each of the locations within the Eastern Service Area. The three locations are as follows: FAA Southern Regional Office 1701 Columbia Avenue College Park, GA 30337 FAA Eastern Regional Office 159-30 Rockaway Blvd Jamaica, NY 11434 FAA New England Regional Office 1200 District Ave Burlington, MA 01803 The A/E Firm must identify which FAA Regional Office they request consideration. In the event the A/E Firm would like to be considered for multiple locations, separate complete responses must be submitted for each Geographic Location. In response to this solicitation, the Offeror must provide the total door-to-door travel time and mode of travel from the applicable FAA location to the A/E Firm's headquarters or branch office. SECTION III- GO/NO GO CRITERIA The initial information submitted will be evaluated on a Go/No-Go basis. Offerors must receive a œGo on all of the following criteria to be considered a viable offeror and receive the solicitation. The Government reserves the right to perform clarifications/discussions with any offerors. Capability Statement: All responders must provide a Capability Statement that addresses the following (in order): a. Geographic location “ Identify which FAA regional office listed above that you are requesting consideration. Please provide the commute time from your company to the regional office requesting consideration. b. A brief description of your company ™s expertise and qualifications for providing architectural and engineering services. Disciplines in house to include, but are not limited to: architectural, structural, electrical, mechanical, and fire protection. Include the number of years ™ experience in providing services. c. Identify services provided under previous contracts that are similar in scope to work type listed above. d. Identify your firm ™s programmatic approach (access to additional resources, skills, subcontractors, etc) if necessary to perform the anticipated work. Responding vendors must provide the following: a. Capability Statement as defined above; b. Provide business size and any corresponding certification forms or proof of SBA 8(a) or service-disabled veteran-owned small business status; c. Company point(s) of contact, telephone number(s), email address(es) and mailing address. d. Verification of registration in the System for Award Management (SAM) by providing DUNS number in your package. To receive a œGo rating the offeror must provide the following: a. Evidence of having A/E firm with headquarters or a branch office located within a two-hour drive or other common mode of transportation from the identified FAA location of interest. b. A/E Firms maintains a professional staff having at least one licensed architect, one licensed mechanical engineer and one licensed electrical engineers in the submitting branch office under consideration. The information provided will also be used as part of the responsibility determination. NOTES: Submissions must be emailed to Mary Higgins, Contracting Officer, at Mary.Higgins@faa.gov. Submissions are limited to 30 pages in length. Only electronic submissions will be accepted. The electronic submission should be in either Microsoft Office Word or Portable Document Format (PDF) format. Due to size limitations, any files over 10MB should be submitted in multiple emails. Please include œA/E Eastern Service Area - in your subject line. Requests received after this date and time will not be honored. Failure to submit all required information will deem the request for solicitation as non-responsive. All submissions must be received by Wednesday, 05/24/2017 at noon Central time. For requests for additional information or questions regarding this Go/No Go posting, contact Mary Higgins at Mary.Higgins@faa.gov. No phone calls will be accepted. Submissions will not be returned. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original. The attached file provides the same information as the abstract. 04/26/2017 If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27168 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFASA-17-R-00553/listing.html)
 
Document(s)
Attachment
 
File Name: Go/No Go Synopsis (docx) (https://faaco.faa.gov/index.cfm/attachment/download/77895)
Link: https://faaco.faa.gov/index.cfm/attachment/download/77895

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04486206-W 20170428/170426235208-34d17df73dba8d890fed9f7821331f1e (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  © 1994-2020, Loren Data Corp.