Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

R -- Design-Building criteria consultant services

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
188 FW/LGC, 4850 Leigh Avenue, MAP, Fort Smith, AR 72903-6096
 
ZIP Code
72903-6096
 
Solicitation Number
W912JF-06-R-0003
 
Response Due
6/30/2006
 
Archive Date
8/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; proposals are being requested and a written solicitation will not be issued. However, interested and qualified firms should request a complete electronic version of the Statement of Work and proposal submission requirements via e-mail from the Contracting Officer. Request electronic document by e-mailing your request to: contracting@arftsm.ang.af.mil The solicitation number for this acquisition is W912JF-06-R-0003 and is solicited as a Request for Proposals (RFP). This solicit ation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-09. This procurement is set-aside 100% for small business and falls under North American Industry Classification System (NAICS) cl assification 541611 (size standard $6,500,000.00). The Government intends to award a firm-fixed price contract with an option for Owner Representative Construction Post Award Services for an A-10 Aircraft Composite Maintenance Facility located at Ft. Smit h, AR. Planned facility is approximately 31,000 square feet and budgeted price is expected to be less than $9,000,000. This is NOT a request for A/E design services. Prescriptive designs and specifications will not be developed under this contract. Cons ulting Services to be performed under this contract included but may not limited to: project expectations, risk identification, budget and finance goals, operational goals, project scope and program brief, risk model analysis, budget and finance analysis, operational analysis, project scope and program development, performance criteria development, partnering procedures documents, project program documents, performance specifications, and evaluation and selection criteria for design builder response. Optio n 0001, Project Implementation to include: contract development/modifications, compliance auditing, commissioning operations startup, advisement and facilitation concerning compliance of design-builder. Offers will be evaluated in accordance with FAR 52. 212-2, Evaluation-Commercial Items. Offerors shall submit a proposal indicating they meet or exceed all of the following minimum technical qualifications: Five (5) years of direct leadership experience in Design Management (architectural and/or engineerin g); Demonstrate direct experience in managing standard design phases; including pre-design & programming, schematic design, design development, construction documentation, and contract administration. Five (5) years of direct leadership experience in co nstruction management and supervision. Demonstrate direct experience in construction management; including conceptual estimating, per-construction services, scheduling, construction supervision, quality control, safety, and closeout activities. Minimum Cri teria Consulting Experience: Five (5) years of direct experience in design-build criteria consulting. Demonstrate direct experience in Criteria Consulting, including program documentation, performance specification documentation, evaluation & selection pr ocedures, and design-build procedures documentation. Demonstrate direct experience in contact development related to design-build, including Design-Build Institute of America (DBIA) Best Practices for various delivery models, practices and procedures. De monstrate DBIA Designated Professional Status for person(s) providing leadership for the project. Leadership shall be dedicated and continuous throughout the project. Required owner representative experience: Five (5) years of direct experience in design- build Owner Representative Services. Demonstrate direct experience in compliance auditing, including practices and procedures for review & acceptance of design -build submissions such as design, in-place construction, schedules, and close-out activities. The Consultant shall have prepared a minimum of three (3) RFQ/RFP documents for procurement of design build services of $2 million or greater and two (2) documen ts for services of $10 million or greater. Proposal must include a list of projects that you have performed these services on including project title, price of project and owner point of contact with telephone number. An itemized price proposal for pre-aw ard criteria development services and post award services shall be provided. Award shall be made based on best value determination by evaluating the criteria consultants prior experience and satisfactory or better performance from the three (3) design-bui ld clients. Past Performance is significantly more important than price. All offerors are to include a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this solicitation: 52.2 12-1 Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items, 52.219-6 Notice of Total Small Business set -Aside, FAR 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity, Defense Federal Regulation Supplement (DFARS) 252-204-7004 Required Central Contractor Registration. All offerors are to be registered in Central Contractor Registration (www.ccr.gov) prior to contract award. Responses may be submitted by mail or hand-carried to: Operational Contracting Office, Building 108, 4850 Leigh Avenue, Fort Smith, AR 72903, or via fax or e- mail at the addresses below no later than 2:00 PM, 30 June 2006. Clauses may be obtained via the internet at: http://farsite.hill.af.mil . Contracting Officer: MSgt Sonya D Trentham, fax (479) 573-5825, e-mail: sonya.trentham@arftsm.ang.af.mil . Quest ions may be submitted via e-mail to: contracting@arftsm.ang.af.mil
 
Place of Performance
Address: 188 FW/LGC 4850 Leigh Avenue, MAP Fort Smith AR
Zip Code: 72903-6096
Country: US
 
Record
SN01067970-W 20060614/060612220910 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.