Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

C -- Sources Sought Notice for A-E Services for CCR for Child Development Center

Notice Date
11/9/2022 1:12:49 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA3029 71 FTW CVC ENID OK 73705-5037 USA
 
ZIP Code
73705-5037
 
Solicitation Number
511-F03M-BK
 
Response Due
12/12/2022 9:00:00 AM
 
Archive Date
01/31/2023
 
Point of Contact
Betty S. Kliewer, Phone: 5802137582, Fax: 5802136047
 
E-Mail Address
betty.kliewer.ctr@us.af.mil
(betty.kliewer.ctr@us.af.mil)
 
Description
This is a Sources Sought Notice for A-E Services for providing a Charrette Report (CR) for the Renovate Child Development Center, Building 336 at Vance AFB, OK. SYNOPSIS: THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NEITHER THE GOVERNMENT NOR ASRC FEDERAL FIELD SERVICES (AFFS) WILL PAY OR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT AND AFFS IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Arctic Slope Regional Corporation Federal Field Services, AFFS, is seeking a qualified design firm in the Architect-Engineering industry to develop a Charrette Report (CR) for the following project: CR For Renovate Child Development Center, B336 (XTLF23-1001CR). This requirement is being procured in accordance with the Brooks Act as implemented in FAR 36.6. Applicable NAICS is 5413, Architectural, Engineering, and Related Services. This is a free and open Sources Sought Notice. All firms will be required to submit SF330 for this Sources Sought Notice. SCOPE OF SERVICE REQUIRED: Refer to Appendix 1 � Statement of Work. (Attached) TYPE OF CONTRACT CONTEMPLATED: AFFS is contemplating awarding a firm fixed price contract . Only A-E Teams responding to this solicitation and found to be qualified will be considered for the award of the design project. ESTIMATED START AND COMPLETION DATES: The estimated start date via a notice to proceed (NTP) is during the Winter of 2022. The period of performance from the date of the NTP is 184 Calendar Days. The qualified firm must perform the work required within the limits of the agreed to schedule. Professional architects, engineers, and related design disciplines familiar with work may be directed to attend in-person, on-site milestone meetings as well as to conduct some milestone meetings as teleconferences. See Appendix 1 � Statement of Work for more information regarding project milestones. Special attention to Appendix B and 6.1.2.3 for description of (3) required COAs. Preferred completion date as close to July 1, 2023 as possible. RESPONSE TO SOLICIATION SUBMISSION REQUIREMENTS: A-E Teams will be selected in accordance with FAR section 36.602-1. A-E Teams must submit a SF330 package of qualifications for review by AFFS and approved by Vance AFB Government Personnel. AFFS shall evaluate each potential A-E Team in terms of its: 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work required, including, where � � appropriate, experience in energy conservation, pollution prevention, waste reduction, and use � � of recovered materials; 3) Capacity to accomplish the work in the required time; 4) Past performance on contracts with Government agencies and private industry in terms of cost � � control, quality of work, and compliance with performance schedules; 5) 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 project. AFFS will consider the general geographical area � � to be approximately 300 miles. 6) Acceptability under the other appropriate evaluation criteria. � � The SF330,parts A thru G should be limited to 20 numbered pages of easily readable text (size 11 font), � � graphics and pictures. An appendix with supporting documentation may also be included, is not limited � � in length, and is not required. SELECTION PROCESS: The intent of the AFFS and A-E Team arrangement is to facilitate the timely, transparent and efficient teaming between the A-E Team and AFFS to meet the needs of Vance AFB. Within two weeks of receipt of SF330 packages, a committee comprised of AFFS staff architects, engineers, and leadership will review the package according to FAR 36.602-2 thru 36.602-5. A short list of firms will be selected, based on the judgement of the committee and number of interested sources. Submissions will be ranked in the following manner: 1) Submissions will be evaluated based on stated services in the SF330. 2) Each committee member will independently review the SF330s and rank the suitability for each � � A-E Team based on the submission requirements listed above. 3) The committee will meet, and by consensus agree to the rankings of the highest qualified A-E � � Team for the project based on the provided information in the SF330. 4) The rankings will be shared with the 71st ISS/CE Flight representatives. With concurrence, AFFS � � �Local Purchase will begin negotiating a fee for the project. 5) Upon conclusion of the fee negotiations, the A-E Team will proceed with the design process in � � �accordance with Appendix 1 and at the direction of the AFFS managing Architect or Engineer. A Question and Answer form is attached and all questions will need to be listed on the form and emailed to betty.kliewer.ctr@us.af.mil NLT November 28, 2022.� The questions will be answered on that form and sent back to the requester, all the question and answers will be posted by Dec 5, 2022. All interested firms will need to have their packets emailed to betty.kliewer.ctr@us.af.mil NLT than Dec 12, 2022. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba2a740c52ce43469c8583b75dcb4ab0/view)
 
Place of Performance
Address: Enid, OK 73705, USA
Zip Code: 73705
Country: USA
 
Record
SN06514260-F 20221111/221109230115 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.