Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

C -- Multi-Discipline Architect-Engineer Services

Notice Date
10/16/2020 10:56:28 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700021R0002
 
Response Due
11/16/2020 1:00:00 PM
 
Archive Date
01/16/2021
 
Point of Contact
Amber Bridges, Phone: 7193333819, Tiffany Cox, Phone: 7193330809
 
E-Mail Address
amber.bridges@us.af.mil, tiffany.cox.4@us.af.mil
(amber.bridges@us.af.mil, tiffany.cox.4@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Proposed Solicitation Number: �FA700021R0002��������������������������������������������������������� Contracting Office Address: 10 CONS/PKA, 8110 Industrial Drive, Ste. 200, US Air Force Academy, Colorado 80840 PSC Code: C211 Subject:� Synopsis of planned contract action � Multi-Discipline Architect-Engineer Services Closing Response Date: 16 November 2020 Points of Contacts: Amber Bridges, Contract Specialist, amber.bridges@us.af.mil Tiffany Cox, Contract Specialist, tiffany.cox.4@us.af.mil Set-Aside Status: �Small Business Partial Set-Aside. At least three (3) of the six (6) anticipated contract awards will be made to Small Business Concerns. Synopsis:� ***This announcement is for information only. No solicitation documents are available, and no response from potential offerors is required at this time. ***� Architect/Engineer (A-E) services are required for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for multi-disciplined architect-engineer services projects at Air Force and Space Force installations along the Colorado and Wyoming Front Range, to include the United States Air Force Academy (USAFA), Buckley Air Force Base (AFB), Peterson AFB, Cheyenne Mountain Air Force Station (AFS), F.E. Warren AFB, Schriever AFB, as well as the Geographically Separated Units (GSU) that they support.� The GSU locations are Clear AFS, Anderson, AK; Naval Surface Warfare Center Dahlgren Division, Dahlgren, VA; Cavalier AFS, Cavalier, ND; Cape Cod AFS, Flatrock Hill, MA; White Sands Missile Range, White Sands, NM; Royal Air Force Fylingdales; North Yorkshire, EN; Kaena Point Satellite Tracking Station, Oahu, HI; New Boston AFS, Hillsborough County, NH; and Wyoming National Guard, Guernsey, WY.� This multiple-award IDIQ contract will require the selected firm to perform architectural and engineering services as defined by The Selection of Architects and Engineers Act in 40 U.S.C. 1102 and Public Law 92-582 (formerly known as the Brooks Act). Title I, Title II, and other professional A-E services, as defined in Air Force Instruction (AFI) 32-1023, are required to provide all efforts necessary to manage and execute Title I, Title II, and other professional A-E services for design and construction oversight supporting Facility Sustainment, Repair, and Modernization (FSRM) and Military Construction (MILCON) programs. Firms are required to provide a Registered Architect or a Professional Engineer licensed in the state where work will be performed, in accordance with (IAW) FAR 36.601-4(a)(1) and FAR 16.505(a)(9)(ii).� Services commonly referred to as Title I include field/subsurface site investigations, studies and surveys as applicable, project design analysis, preparation of preliminary and final construction drawings, technical specifications, comprehensive interior design packages that meet latest Unified Facility Criteria (UFC), and construction cost /time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects. Services may be required for, but are not limited to, architectural, electrical, mechanical, civil, landscaping, interior design, structural, fire suppression, and environmental engineering, facility assessments, life safety upgrades, ADA/ABA handicap upgrades, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, architectural and engineering studies, preliminary/concept designs, design development, construction specifications, high temperature hot water, forensic, historic preservation, sustainable design, Uptime Institute Tier III and Tier IV site infrastructure, technology/low voltage design, cybersecurity, Master Planning (including American Institute of Certified Planners (AICP) certification), and construction estimates. These services also include those items normally furnished by an A-E in the actual preparation of the design documents: plans, drawings, estimates, specifications, submittal register etc., including visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities. Cost estimation and creation of Independent Government Cost Estimates (IGE) will be required, using proprietary e4Clicks Project Estimator Program, localized for the location of the work via the City Cost Index (CCI) when directed by individual task order.� The proprietary Parametric Cost Engineering System (PACES) software shall be used to develop the IGE, when directed by individual task order. A visual inspection of the site, utility, infrastructure or facility for familiarization with scope, general conditions, and coordination with using activities will be required. The requirement for a site visit is at the discretion of the requiring activity when issuing an RFP in support of a GSU.� Services commonly referred to as Title II services include services related to building commissioning and inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating and testing product submittals and shop drawings, and preparation of construction contract modifications. All Title II work on the resulting contracts will be project-specific. Services commonly referred to as other professional services include services that are design and construction related but are 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 registered engineer or 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 as well as base specific codes and regulations. 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), Architectural Barriers Act (ABA), National Fire Protection Association (NFPA), industry standards, Unified Facilities Criteria (UFC), Environmental Protection Agency (EPA), 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, installation design standards including CAD/BIM/GIS, applicable engineering design guides, planning requirements, and drafting standards. A-E selection procedures (FAR subpart 36.6) will be used to competitively award a multiple IDIQ D-type contract. The government anticipates awarding six (6) contracts, but reserves the right to award none, less than six or more than six, at its discretion. Each with a five (5) year base ordering period and a $20,000,000.00 order ceiling. There are no planned option periods. Rates for the five-year ordering period will be negotiated with each selected offeror prior to award.� Rate lists will be specified for each year in the ordering period. Each year will be priced separately, allowing escalation of the contractor�s rates. The government will not negotiate separate rates for sub-consultants.� Firm fixed price task orders will be awarded to the firm determined to be the most highly qualified firm to complete the work required by the task order statement of work (SOW).� The total order amount for the overall program will not exceed $120,000,000.00 for the entire five-year ordering period. The minimum order guarantee is $25,000.00.� An initial task order will be issued at contract award to fulfill this requirement.� There is no minimum or maximum individual task order value. Evaluation factors include professional qualifications, specialized experience and technical competence, professional capacity, past performance of the prime offeror, location and, equitable distribution of DoD work. ***This announcement is for information only.� No solicitation documents are available, and no response from potential offerors is required at this time.� The award of approximately six (6) Firm-Fixed Price Architect-Engineer contracts is contemplated and all task orders are subject to availability of funds.***� ***The Request for Qualifications (RFQ) is expected to be issued on or about 17 November 2020 on the System for Award Management at www.beta.sam.gov. The government will not provide paper copies of the RFQ.� Potential offerors must register on beta.sam.gov in order to receive notification(s).� Offerors must be registered with the System for Award Management (SAM) at www.sam.gov in order to receive a government contract award.� Estimated first contract award date is August 2021.***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ed216c2e89d41498f820e1fd6d4c5a1/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05829523-F 20201018/201016230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.