Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2004 FBO #0944
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Indefinite-Delivery Indefinite Quantity (IDIQ) Services Contract(s) for Bowling Center Design Projects+

Notice Date
6/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force Services Agency, HQ AFSVA - AFNAFPO, 9504 IH35N Suite 370, San Antonio, TX, 78233
 
ZIP Code
78233
 
Solicitation Number
F41999-04-R-6000
 
Response Due
7/26/2004
 
Archive Date
7/26/2004
 
Point of Contact
ROY RAINEY, CONTRACT SPECIALIST, Phone (210)652-6931, Fax (210)652-6309,
 
E-Mail Address
Roy.Rainey@Agency.AFSV.AF.MIL
 
Description
The Air Force Nonappropriated Fund Purchasing Office (AFNAFPO) proposes to acquire architect-engineer (A-E) services in support of the Headquarters Air Force Services Agency (HQ AFSVA) Nonappropriated Fund (NAF) Bowling Center construction program under an Indefinite Delivery/Indefinite Quantity Contract. The A-E firm?s primary business shall be architectural design for Bowling Center projects in the $200K to $6M range and the capability of providing or subcontracting engineering and other specialty disciplines/services as necessary. The projects may require the following services (not listed in order of preference) including, but not limited to: 1) Engineering review, 2) Planning, 3) Architectural programming, 4) Schematic design, 5) Design development, 6) Solicitation document preparation, 7) Landscape Design, 8) Interior Design, 9) Construction Cost Estimating using the Parametric Cost Estimating System (PACES, latest release), 10) Construction administration/management, and/or observation as a representative of the Air Force, 11) Construction contractor performance evaluations, 12) Feasibility studies, 13) Life cycle cost analyses, 14) Value engineering, 15) Air Force Design Guides, 16) Commercial foodservice design, 17) Bowling center equipment selection, etc. The projects may include any part or all of the Title I, Type A and B services and/or Title II, Type C services, and cover full design efforts (with or without Type C services). Projects include new, renovation, and add/alter projects, and may be traditional design-bid-build or design-build conceptual designs. Individual Bowling Center project construction costs generally range from $200K to $6M with an average construction cost of $3M. Some projects may exceed the $6M threshold. The selection criteria are divided into eight categories (listed in relative order of importance). Interested A-E firms must provide the information for each category below. 1) Architectural firm?s overall specific experience on Bowling Center projects (on military installations and/or commercial private sector) within the cost limitations identified (demonstrated ability of the architectural firm to design the listed or similar facilities within the construction cost range identified) ? provide specific examples of the types and sizes of projects accomplished in the last five years as related to the types and sizes of Air Force projects identified in this announcement. Minimum qualifications for this item include at least four (4) projects within the cost range identified above in the last five (5) years and the construction projects are either complete or in progress. The Offeror must provide complete information with which to evaluate the experience, including but not limited to the owner/builder (company name, address, relevant party, telephone number) and other relevant information. Include specifics in terms of years the firm has been in business and prior businesses which add to the firm?s overall experience level as a corporate body. 2) Architectural firm?s staff qualifications (demonstrated architectural staff qualifications pertaining specifically to the design of Bowling Centers) ? architectural staff qualifications/experience; resumes of full time staff key personnel; ratio of registered design professionals to support staff. Minimum qualifications for this item include experience of each staff member in terms of projects worked on and in terms of qualifications based upon years within each relevant area. 3) Architectural firm?s ability to control project construction costs (demonstrated ability of the architectural firm to design projects within the programmed design/construction budget) ? firm?s methodology of controlling project costs; percentage of the firm?s projects under budget or on budget relative to all projects accomplished in the last five years [project budget as compared to completed construction costs]; percentage of all the firm?s projects bid within 10% of the 100% design cost estimate in the last five years. Minimum qualifications for this item includes information in sufficient detail to properly grade the firm?s performance relative to project design with the cost limitations established for the project. Complete information must be provided and, if the firm is in doubt as to whether to include information, the firm should include the information. Include floor plans and specific data, and references. The firm may be excluded if calculations cannot be ascertained. 4) Architectural firm?s ability to complete work on time with a high level of quality control (ability of the architectural firm to respond to AF requirements and perform to meet project schedules/timelines with a high level of quality control) ? firm?s approach to effective project management; firm?s ability to handle current workload and anticipated workload under this contract; firm?s commitment to meeting client timelines and maintain a high level of quality control; firm?s ability to perform on multiple unrelated Air Force projects in the same time period. The minimum qualifications for this item include the firm verifying its ability to complete the work on time with a high degree of quality control from company policies and procedures and projects completed (completed on time in comparison with projects which were not completed on time). 5) Architectural firm?s ability to provide specialized services (ability of the architectural firm to integrate various specialties such as Bowling Center design, engineering, cost estimating, kitchen design, landscape design, interior design, value engineering, etc, into a fully integrated and coordinated design) ? firm?s methodology of providing fully coordinated, complete designs; engineering firm and other specialties staff experience; firm?s history of successful prime/consultant working relationship on previous projects; firm?s accessibility to appropriate engineering and other specialty consultants identified in the announcement. The minimum qualifications for this item is the firm?s ability to indicate that they have an organic capability within the firm to provide a fully integrated design as described in this announcement or through an existing contractual arrangement with subcontractors or consultants. Response must indicate the involvement of these subcontractors or consultants in terms of years of the arrangement and area of coverage. 6) Architectural firm?s use of technology (use of technology to accomplish tasks) ? firm?s current, active use of or access to/availability of innovative technology, services, and equipment in the performance of project obligations to increase project efficiency and reduce project time/costs (identify specific equipment/services). 7) Architectural firm?s commitment to design excellence (identify the architectural firm?s attention to aesthetic design qualities such as scale, composition, etc) ? methodology of firm?s approach to designing quality projects; recognition of firm?s design work (identify specific projects) by peers, professional organizations, and/or architectural publications. 8) Architectural firm?s commitment to sustainable design (design experience/capability in the area of sustainable design) ? demonstration of energy and environmental conservation in the design of projects/facilities (provide specific examples/documented evidence) and discuss projects which were certified as LEEDS (Leadership in energy and environmental design). The Technical Selection Boards will evaluate the responses using a numerical rating system based upon the above factors in their relative order of importance. The Pre-Selection Board will use the submittal to base its rating of the firm?s qualifications and the Technical Selection Board will use Interviews (in conjunction with the submittal) to base their rating. The contract specialist will evaluate all respondents in terms of their past performance within the Department of Defense or related work, or within the Air Force Services Agency, whether nonappropriated funds or appropriated funds were used. This assessment may come from the Architect-Engineer Contract Administration Support System (ACASS) and similar avenues to evaluate the factor of past performance. Interested A-E firms must submit thwo copies of the submittal. Submittals must address the requirements listed in the Standard Form 330 and the eight categories of selection criteria listed above in numerical order. Provide a cover letter certifying all information provided in this submittal is true and accurate. All supplementary, supporting information the A-E firms wish to submit must be put in an appendix behind the selection criteria. Provide tabbed sections as appropriate. Multiple awards for this Indefinite Delivery/Indefinite Quantity contract may be made as a result of this selection process. Contract length shall not exceed two years, but may be extended for up to three additional years. Firms desiring consideration must submit two packages containing the data listed above, with the information addressing the selection criteria and additional attachments as desired. Send the package to arrive at the following address not later than the close of business, 26 July 2004 to : Roy H. Rainey, Air Force Nonappropriated Fund Purchasing Office, 9504 IH 35 North, Suite 370, San Antonio, TX 78233-6636. Technical proposals must be submitted so as to be fully and clearly acceptable without additional explanation or information, since the NAFI may make a final determination as to whether a proposal is acceptable or unacceptable solely on the basis of the proposal submitted. This is not a request for proposals but rather a request for the submission of qualification packages. This is a nonappropriated fund requirement and does not involve appropriated funds of the United States Government. Nonappropriated 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 requirement does not involve Federal tax dollars.
 
Record
SN00610368-W 20040627/040625230749 (fbodaily.com)
 
Source
FedBizOpps.gov 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.