|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1997 PSA#1938AFNAF Purchasing Office, 9504 IH 35 North, Ste 370, San Antonio, TX
78233-6636 Y -- DESIGN/BUILD PROJECTS AND MINOR CONSTRUCTION/SITE PREPARATION SOL
F41999-97-R-6015 POC Jose Sauceda Jr., Contract Specialist, (210)
657-5804 The US Air Force has initiated a new program of Signature
Brand Food Concepts that will become the standard for casual
dining/food service throughout the Air Force. The standards for these
concepts have been developed and now must be implemented. This request
for proposal covers the two requirements for multiple construction
projects of these food concepts at various Air Force Facilities within
the Continental United States (CONUS) and overseas European and
Pacific locations. The first requirement, referred to as a RETROFIT, is
limited to an estimated value of not to exceed $500,000 each with
approximately 25-29 projects. The second requirement, referred to as
KIOSK implementation, ranging from $25,000 to $50,000 each, for
approximately 60-75 projects. Both RETROFIT and KIOSK implementation is
anticipated to extend over a 36-month period, will be under the
direction of the US Air Force Services Agency (Services Agency) in San
Antonio, Texas and will be funded with 100% Non-Appropriated Funds. In
this construction program, existing food operations (e.g., Officers'
Clubs, Enlisted Clubs, and other Clubs' related facilities) shall be
modified and retrofitted with standard components and finishes of the
signature brands in a design/build method. RETROFITS will be extensive,
requiring alteration of existing facilities to accommodate specific
areas (bar, seating, dining room, game room, etc.) to be built by the
successful proposer. KIOSK implementation will be less extensive,
requiring the successful proposer to prepare an interior space to
accept a government-furnished (GF) food kiosk and its GF equipment, and
to install such, again in a design/build method. Successful proposer
shall submit all necessary drawings, shop drawings, etc. for the
complete installation of the retrofits and kiosks and shall be
responsible for complete installation. Award of contract for
retrofits/kiosks shall be based upon technical merit identified in
Section M, Evaluation Factors for Award. Offerors shall submit their
proposal in accordance with the instructions provided in Section L of
this solicitation. Proposals will then be evaluated according to the
factors listed below. The technical evaluation (first phase) will
result in the award of Nonappropriated Fund Purchasing Agreements
(NPAs), to be issued with no obligation to the AF Services Agency until
an actual delivery order is issued. In the second phase of the process,
NPA recipients shall compete for award of actual construction
requirements based on applicable requirements and area/region. Because
of the limited scope of work associated with the kiosks, kiosk
projects shall be grouped, whenever feasible, into regional (Europe,
Pacific) and time zone (Pacific, Mountain, Central, Eastern) packages
for design/build. Delivery orders will then be issued to no more than
1 NPA holder per package for kiosks. Retrofits may be grouped similarly
NPAs will be awarded for three years with seven one-year options.
During the 3-year implementation period, those NPA holders selected to
compete for the requirements shall be asked to submit pricing
proposals for each of the area/time zone groups. Delivery orders will
be issued per group to the successful offeror. Pricing will be the
basis of issuance of the delivery order(s). SYNOPSIS: The Air Force
Services Agency is seeking responsible/responsive contractors to
support this critical endeavor. Because Air Force job sites and
delivery schedules will be identified through an internal selection
process during the three year time frame, there may be a need to have
contractors working multiple jobs sites that have similar completion
dates. The capability of the contractors to install multiple kiosk
locations and design/build major retrofits is a major benefit to the
Air Force. Offerors shall place an "X" in the appropriate block to
indicate requirements and areas they are proposing: A. Requirements:
____ Retrofits; ____ Kiosks B. Areas and Time Zone Regions: (1) CONUS:
___Pacific; ___ Mountain; ___ Central; ___ Eastern (2) OCONUS ___
Pacific (includes Alaska and Hawaii); ___ Europe Evaluation, technical
factors listed in relative order of importance: A. Team's design,
construction and foodservice experience, B. Team's technical competence
-- including resumes of key individuals, C. Team's capability to
perform -- including bonding capability, personnel availability,
ability to manage multiple projects simultaneousely, proposed
methodology to handle multiple projects, D. Team's past performance --
including similarity of previous projects, customer satisfaction on
completed or in progress projects of similar scope, team composition (a
registered architect must be part of the team), team's history of
working together. Request for copies of this solicitation must be
recieved not later than 3 October 97. This is a nonappropriated fund
purchase and it does not obligate appropriated funds of the United
States Government. Non-appropriated funds are generated by the military
community through the sale of goods and services and the collection of
fees and charges for participation in military community programs.
This purchase does not involve federal tax dollars.***** (0265) Loren Data Corp. http://www.ld.com (SYN# 0090 19970925\Y-0002.SOL)
Y - Construction of Structures and Facilities Index Page
|
|