SOURCES SOUGHT
C -- Architect and Engineering Services - SF 330
- Notice Date
- 1/19/2010
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
- ZIP Code
- 09824-0280
- Solicitation Number
- FA5685-10-R-0004
- Archive Date
- 3/5/2010
- Point of Contact
- Kaion R. Smith, Phone: 90-322-316-6919, Brian A. Robertson, Phone: 90-322-316-8080
- E-Mail Address
-
kaion.smith@incirlik.af.mil, brian.robertson@incirlik.af.mil
(kaion.smith@incirlik.af.mil, brian.robertson@incirlik.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Standard Form 330 General Information Document Type: Sources Sought Notice Solicitation Number: FA5685-10-R-0004 Posted Date: 19 January 2010 Original Response Date: 18 February 2010 Current Response Date: 18 February 2010 Classification Code: C - Architect and Engineering Services. Set Aside: Turkish Vendors Only NAICS Code: 541310/541330 - Architectural and Engineering Services Contracting Office Address: Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280 This notice is to identify all prospective offerors within the Republic of Turkey of the multiple award Architectural and Engineering Indefinite Delivery/Indefinite Quantity (ID/IQ) contract at Incirlik AB Turkey. This requirement is for Architect Engineer (A&E) multi-discipline design services (Title 1), construction inspection/management services (Title II) and other design and construction related services (Other A&E services) for facility maintenance, renovation, upgrade, alteration, repair and minor construction requirements at Incirlik AB Turkey and Geographically Separated Units (GSU) in Turkey. Designs shall conform to Department of Defense (DOD) and USAF criteria and also comply with Turkish codes and laws and require certification to this effect by registered Architect and Engineers in Turkey. The intended award is anticipated to be a multiple award IDIQ contract. The A&E contracts will cover a one (1) year basic ordering period with four (4) one-year option periods. Firm Fixed Price Task Orders will be negotiated and awarded for each specific project. The total order amount will not exceed $5,000,000.00 for the life of the contract, with no individual delivery order exceeding $300,000.00. The guaranteed minimum amount under this contract is $5,000. Evaluation and Selection Criteria: In accordance with PL 92-582 (Brooks A&E Act), FAR Part 36, DFARS 236.6 and AFI 32-1023, federal agencies select firms for Architect & Engineering contracts based on professional qualifications and other evaluation and selection criteria. To be considered for award, the principle firm must submit a completed Standard Form 330 (SF330) Part I and II, summarizing their qualifications, experience and capabilities which will be evaluated by a government board to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Pre-selection and selection boards will convene for the selection of firms for the IDIQ contracts. Subsequently, negotiations for the eventual contracts will be held with the highest ranked firms IAW FAR Part 36 and AFI 32-1023. The evaluation factors for selection, listed in relative order of importance are: 1) Specialized Experience: Defined as the variety of professional disciplines represented in the A&E firm in the type of design work expected to be done during the contract period. Most of the projects designed under this contract will be alteration and repair of buildings and structures, HVAC systems, environmental, airfield pavements and lighting, and utility systems. 2) Professional Qualifications: Defined as general expertise of A&E staff with regard to education levels, management abilities and years of design experience of professionals. 3) Past Performance: Defined as past performance of the firm with respect to their execution of DOD, private industry and government agency contracts in terms of cost control, compliance with performance schedules and quality and quantity of design work. 4) Professional Capacity: Defined as the variety of professional disciplines represented in the A&E firm in sufficient quantity to accomplish the anticipated level of design work. Include information about the availability of key personnel and how surge workload would be managed. 5) Location: Defined as the geographical location of the firm and knowledge of the Incirlik AB locality. 6) Volume of Work: Defined as the volume of work previously awarded to the firm by DOD with the object of effecting an equitable distribution of DOD contracts among qualified A&E firms, including small firms and firms that have not had prior DOD contracts. Pre-Selection and Selection Board Procedures: Each board voting member shall rank each A&E firm using the range of points associated with the selection criteria above and shall rank in descending order by assigning the number one to the A&E firm with the highest number of points, the number of two to the A&E firm with the second highest number of points and so on. The pre-selection board shall rank all A&E firms considered for selection and the top five (5) ranked firms shall be recommended to the selection board. The selection board shall recommend between two (2) and five (5) firms for selection authority approval. The boards shall use the same procedures and criteria outlined above for all A&E firms considered. Other Requirements: A&E firms desiring consideration must submit two (2) copies of Standard Form 330 (SF330), Architect-Engineer Qualifications, Parts I and II. Limit your SF 330 along with supporting data to a total package of not more than 45 pages (including cover sheets and any dividers). Pages in excess of this maximum limit will not be evaluated by the selection board. Responses must be received by 1400 (local time) on 18 February 2010 to be considered. **Note** The response time listed as 0700AM Eastern corresponds with 1400 Local Time. Documentation must be mailed or hand-delivered to the following address: 39th Contracting Squadron - Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280. Multiple contracts may be awarded from this advertisement. This is not a request for proposal. ATTENTION POTENTIAL OFFERORS: IMPORTANT INFORMATION CONCERNING ELIGIBILITY FOR AWARD OF THIS SOLICITATION. DUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY, THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY. THEREFORE, PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY WILL NOT BE CONSIDERED. All prospective offerors must be in the CCR and submit a DUNS number as well. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of all solicitations. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. If you do not have a DUNS number, you must contact Duns and Bradstreet, at the numbers below to have one assigned, before your quotation will be considered: ISTANBUL OFFICE (Ms. Demet): Phone: 0-212-327-2238 FAX: 0-212-327-2243 -- WEBSITE: http://www.finar.com.tr Places of Performance: Incirlik Air Base, Adana, Turkey and Geographically Separated Units Points of Contact Primary: TSgt Kaion Smith, Contracting Specialist, Phone 0322-316-8083 Email: kaion.smith@incirlik.af.mil Alternate: Capt Brian Robertson, Contracting Officer, Phone 0322-316-8083 Email: brian.robertson@incirlik.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-10-R-0004/listing.html)
- Place of Performance
- Address: Incirlik AB Turkey and Geographically Separated Units, Adana, Turkey
- Record
- SN02045000-W 20100121/100119235311-3d3a9e2a5da7b0cddf45a72f5c9c180c (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 |