Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2008 FBO #2235
SOLICITATION NOTICE

C -- C - AE Mechanical (SMALL BUSINESS SET-ASIDE)

Notice Date
1/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-R-AE15
 
Response Due
2/7/2008
 
Archive Date
2/22/2008
 
Point of Contact
Beth Moronese, Contract Specialist, Phone 719-333-6677, Fax 719-333-6608, - Beth Moronese, Contract Specialist, Phone 719-333-6677, Fax 719-333-6608
 
E-Mail Address
beth.moronese@usafa.af.mil, beth.moronese@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The USAF Academy announces a Request for Qualifications (RFQ) for A-E firms interested in contracting for Architect-Engineer Services with emphasis in Mechanical designs as mentioned in this notice. SF-330s are being requested.... This announcement is set-aside for Small Businesses prime ONLY. The NAICS Code 541310 (A-E Services) designates firms with average annual receipts for the preceding three fiscal years not to exceed $4.5 Million as Small Business. Prime must be registered in the DOD Central Contractor Registration (CCR).... The government contemplates the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract resulting from this competition. Work under the contract is subject to satisfactory negotiation of individual delivery orders and may include other Department of Defense offices within 65 miles of the USAF Academy. The contract will be for a period of one base year and the government may, at its option extend the contract for 4 one-year option periods. The firm selected is guaranteed a Minimum of $5,000 in fees for the base year only. The total contract amount including all options will not exceed $10 Million. Contract Prices will be negotiated after the government DCAA audit agency conducts an on-site review of the Prime and all subconsultants' payroll, financial documents, and accounting system .... Delivery Orders include Mechanical Electrical A-E Title I, Title 2, and other A-E Services for a broad variety of maintenance, repair, retrofit, and infrastructure construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product and record document research, preparation of construction drawings, site utilization studies, and presentations to coordinating agencies. Designs may require asbestos and lead based paint removal. Title 1 services may include the design of repair and replacement of existing systems, utilities, fire protection and alarm systems, heating distribution systems, electrical distribution heat plants, DDC control systems, lighting systems, security systems, acoustical, food service equipment and a variety of other mechanical electrical engineering projects, to include new systems, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, and architectural and engineering studies, preliminary designs, design development, construction specifications, Historic Preservation, sustainable design, and construction estimates. Title 2 Services may involve direct consultation, approval of shop drawings and material selections, as-built services, value engineering studies, and peer review services. Familiarity with sustainable design through an integrated design approach is required. Experience with and knowledge of international style architecture is highly desirable. The preparation of construction documents via alternative documentation methods (e.g. design-bid-build plans, specifications, and design-build) is required. AutoCAD and GIS expertise is required for all construction documents. PRESELECTION CRITERIA..... Project Manager must be a Registered Professional Engineer licensed in the State of Colorado. Location: must be able to provide a local operating office within 65 miles of the US Air Force Academy, Colorado Springs, Colorado..... Responses should include proposed sub-consultants for all disciplines including Mechanical/Electrical, Fire Protection, Architectural, Civil/Structural, Cost Estimating, Historian, Roofing, Landscape, Environmental, and each of the major engineering disciplines required for a completed design as well as ascertaining and working within government requirements, applicable laws, codes, and standards to include routine administrative coordination of the various disciplines involved..... SELECTION CRITERIA. In addition to the Organizational Chart, SF 330, submittals must include a cover letter specifically addressing each of the below listed criteria in sequence..... (1) Specialized Experience, Expertise in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional capacity of the firm to do the work in the required time; (4) Past performance of contracts both government and private; (5) CADD & GIS capabilities; (6) Volume of work: specifically list all DOD contracts awarded the firm for the previous 3 years to include dollar amount; and any work ever performed at USAF Academy to include dollar amount; Evaluation factors are listed in descending order of importance. Factors (1), (2), and (3) are significantly more important; and factors (4) and (5) are more important than factor (6). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above...... REQUIRED SUBMITTALS: (1) Cover Letter addressing the Selection Criteria (2) 3 References for the Prime's work to include Company, Phone Number, & Contact Name (3) SF 330 (Architect-Engineer Qualifications) to include the Organization Chart for the Prime (4) SF 330 for each proposed Consultant ........ The SF 330 must also include the following: (1) Part 1 Block 17: Registration must include State, Discipline, & Year. (2) Part 1, Block 10 & 11: Firms with more than one office / location must complete Block 10 & 11 for each location that will be involved for this contract. Block 10 (Address)-include Phone number. Block 11 (Role in this Contract)-include which office will be the main or branch for this contract. (3) Part I, Block 23: Include a Customer Point of Contact & phone number for projects listed. (4) Part II, Block 9: Distinguish by discipline the number of personnel in the total firm; and from that total, list the number of personnel in the branch offices for each discipline. Interested A-E firms that have the capabilities to perform the anticipated work must SUBMIT 2 COPIES OF EACH PACKET ..... 2 copies of the complete package must be received at the following address: (Recommend package be mailed since access to the base may be difficult) 10 MSG/LGCA Contracting Division, ATTN: Beth Moronese 8110 Industrial Dr STE 200, USAF Academy CO 80840-2315. Feel free to contact Beth Moronese at 719-333-6677. Submittal is due 7 FEB 2008 by 1:30 PM Mountain Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-08-R-AE15/listing.html)
 
Place of Performance
Address: 8110 INDUSTRIAL BLVD STE 200, USAF ACADEMY, COLORADO SPRINGS, CO
Zip Code: 80840-2315
Country: UNITED STATES
 
Record
SN01480312-F 20080109/080107224349 (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.