SOLICITATION NOTICE
C -- Architectural Design Services - SF 330
- Notice Date
- 5/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- FA466110R0009
- Archive Date
- 7/9/2010
- Point of Contact
- April J. Kreps, Phone: 3256961072, Ronald G Miller, Phone: (325) 696-3685
- E-Mail Address
-
april.kreps@dyess.af.mil, ronald.miller@dyess.af.mil
(april.kreps@dyess.af.mil, ronald.miller@dyess.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Experience/Background Information required under this A&E Solicitation for Architectural Design Services at Dyess AFB, Abilene, Texas 79607-1581 C-INDEFINITE DELIVERY/INDEFINITE QUANTITY ARCHITECT-ENGINEER (A-E) CONTRACTS FOR ARCHITECTURAL SERVICES AND FOR ENGINEERING SERVICES TITLE: Notice of Intent to Contract for Architectural and Engineering Services A. SOLICITATION: 1. This is a Solicitation requesting qualifications from Architectural and Engineering (A&E) Firms that are interested in competing to be selected for government award of Open-end, Indefinite Delivery and Indefinite Quantity (IDIQ), contracts at Dyess AFB, TX. The industry classification code (NAICS) is 541330. This announcement is unrestricted; and is full and open to both small and large firms. Design services required will be predominantly for maintenance or repair, renovation, alterations, and minor construction type projects at Dyess AFB. Designs will include preparation of drawings, specifications, design analyses and cost estimates to be used for bidding and construction. Other types of A-E Services such as site investigation, surveying, drafting and CADD services, inspection, planning, studies, and reports may be required as related to project design. Proposal(s) shall include a single page transmittal letter with only the bound qualifications document described herein attached to the letter. Key Personnel defined in the Instructions for completion of the attached SF330 shall be listed on the Organizational Chart; and shall be only those that are proposed to play a major role in projects to be awarded under this contract. They will herein be referred to as Dyess AFB Team Members. 2. In accordance with FAR Part 16.504, it is the contracting officer's intent to make multiple awards from this Solicitation. One (1) negotiated fixed price IDIQ contract will be awarded from this announcement for ARCHITECTURAL SERVICES; and one (1) negotiated fixed price IDIQ contract will be awarded from this announcement for ENGINEERING SERVICES. A single Firm may apply for one or both of the two IDIQ contracts. There is no minimum guarantee for either of these awards. 3. Firms desiring consideration to provide ARCHITECTURAL SERVICES shall have a registered professional architect listed as a Dyess AFB Design Team member on the Firm or Branch Office staff. Firm shall also have a registered professional mechanical engineer, registered professional electrical engineer, registered professional civil engineer, registered professional structural engineer, registered professional environmental engineer, landscape architect, interior designer, a Leadership in Engineering and Environmental Design (LEED) accredited professional and asbestos abatement consultant as a Dyess AFB Design Team member either on the Firm or Branch Office staff; or listed as a Key Consultant. Team members shall be experienced in the design of alteration, remodeling, repair, Life Safety analysis, and environmental analysis for commercial and industrial facilities, preferably located on an Air Force installation. Firm shall be experienced in sustainable facility design as defined by the Air Force Sustainable Design and Development Policy. Dyess AFB has issued a total of $2,450,077.63 over the last six years amongst three firms under the 2004 A&E contracts and two firms under the 2007 A&E contracts. 4. Firms desiring consideration to provide ENGINEERING SERVICES shall have a registered professional mechanical engineer and a registered professional electrical engineer Dyess AFB Design Team member on the Firm or Branch Office staff. Firm shall also have a registered architect, registered professional fire protection engineer, registered professional civil engineer, registered professional structural engineer, registered professional environmental engineer, landscape architect, interior designer, and an asbestos abatement consultant as a Dyess AFB Design Team member either on the Firm or Branch Office staff; or listed as a Key Consultant. Team members shall be experienced in the design of mechanical and electrical systems for commercial and industrial facilities to include air conditioning, direct digital control systems, plumbing, fire detection and suppression, mass notification, interior and exterior electrical distribution, lighting, communications, environmental projects; and infrastructure projects to include domestic and fire protection water, sewage, natural gas, medium voltage electrical distribution systems located preferably on an Air Force installation. Experience is also desired in design of specialized industrial facilities to include aircraft hangar heating, ventilation; and support facilities for aircraft to include aircraft simulators, aircraft navigation, electronic communications, avionics repair, fuels storage and distribution, avionics cooling, fuel wing tank climate control, corrosion control, painting preparation and application, 400Hz aircraft power generation and distribution, 60Hz aircraft ground power distribution and airfield lighting. 5. The ARCHITECTURAL SERVICES and the ENGINEERING SERVICES contract will each be for a period of one year with options to extend the contract for up to two additional years, in one-year increments for a possible contract life (time) of three years for each contract. IDIQ contract Delivery Orders will be issued from time to time during the contract period as the need arises for Dyess AFB, TX, project designs. A single delivery order for either contract will not exceed $299,000.00. For each of the two contracts, cumulative amounts of all delivery orders on each contract, separately, will not exceed $500,000.00 each. B. INSTRUCTIONS TO ARCHITECT-ENGINEER: 1. Complete one (1) Architect-Engineer Qualifications, SF Form 330 attached to this announcement for ARCHITECTURAL SERVICES; and/or complete one (1) SF330 attached to this announcement for ENGINEERING SERVICES. Submit to Infrastructure Fight, 7 CONS/LGCA/Attn: Mr. Ron Miller, 381 Third St, Dyess AFB, TX 79607-1581, (325) 696-3685. Response to this notice (SF Forms 330) must be received by the contracting office no later than 1400 hours (CST) June 24, 2010. 2. The SF330 must fully address all Evaluation Factors in order for the Firm to be considered for selection per General Instructions and Individual Agency Instructions stated on the SF330 and per the additional Dyess AFB Special Instructions provided herein. 3. Only the information specifically requested or otherwise permitted herein will be evaluated. 4. The Firm Organization Chart, the customer recommendation, and the information specifically permitted herein shall be attached to the SF Form 330; and each provided on 8 1/2 x 11 sheets of paper. 5. Any attached brochures, charts, data, or other information not requested that accompanies the SF 330 will not be included in the evaluation process. 6. Firms not providing the requested information in the format directed by this synopsis may be negatively evaluated under the selection criteria. 7. For Reference Only Points of Contact at Dyess AFB Contracting Office: Ms. April Kreps, Contract Specialist, april.kreps@dyess.af.mil phone: (325)696-1072 or Mr. Ronald G. Miller, Contracting Officer, ronald.miller@dyess.af.mil, phone: (325) 696-3865 C. SUBMITTAL FORMAT WITH SPECIAL INSTRUCTIONS: Submit one bound document for each ARCHITECTURAL SERVICES and/or ENGINEERING SERVICES. Complete the attached SF 330 with all required information, bound with a plastic comb binding system between front and rear cover sheets, and a divider tab provided for each section titled with the information required in BOLD letters as indicated in this section "C. Submittal Format with Special Instructions". Also, see Dyess AFB Special Instructions immediately following the in Part I & Part II Special Instructions. Cover Page Line 1 - Qualifications for Selection Line 2 - of an Architect / Engineer to Provide Line 3 - Architectural OR Engineering Services Line 4 - under an Indefinite Delivery and Line 5 - Indefinite Quantity Contract Line 6 - 7th Contracting Squadron Line 7 - 381 Third Street Line 8 - Dyess AFB, TX 79607-1581 Line 9 - Date Due Line 10 - Solicitation# FA4661-10-R-0009 ARCHITECTURAL or FA4661-10-R-0010 ENGINEERING (separate proposal submitted for each) Line 11 - Firm Name Line 12 - Firm Address * ARCHITECTURAL SERVICES or ENGINEERING SERVICES: Part I: Contract-Specific Qualifications Section A. Contract Information Section B. Architect-Engineer Point of Contact Section C. Proposed Team Section D. Organizational Chart of Proposed Team Special Instructions - Provide an Organizational Chart in ladder diagram format with a box for Dyess AFB Design Team, Project Manager, and for each mandatory discipline stated above for ARCHITECTURAL SERVICES and for ENGINEERING SERVICES. List the proposed Dyess AFB Team Members in the box under their respective discipline. Indicate each Team Member professional qualifications and employer; and designate the employer as the Principal Firm (PF), Branch Office (BO), Partnership(P), or Joint Venture (JV). Show with connecting lines the interrelationships within and outside of the A-E organization. Section E. Resumes of Dyess AFB Team Members Proposed for This Contract Special Instructions - Submit five (5) projects for each Member in which the proposed Team Member had a significant role. Section F. Example Projects That Best Illustrate Proposed Team's Qualifications for This Contract Special Instructions - Submit only ten (10) recently completed design-bid-build projects designed by the Architect-Engineer Firm, preferably with the same major role members proposed for the Dyess AFB Team, and categorized as follows: 1) Type of Project: maintenance / repair, renovation / alteration, and new construction, 2) Project Areas: industrial, living, medical, and administrative, 3) Using Organization: Air Force, Other DOD, Federal Government, State of Texas, Private Enterprise 4) Construction Completion Date: 100% construction complete in the past two years, 5) Complexity: Demonstrate the Firm's ability to coordinate various engineering disciplines and the multi-faceted aspects of phasing of construction to accommodate work under occupied conditions, 6) Design Team: List only primary members of the team to be used in the preparation of the proposed Dyess AFB project designs. Section G. Key Personnel Participation in Example Projects Special Instructions - Indicate the proposed Dyess Team Members that played a major role in the design of the Example Projects listed in Section F. Part II: General Qualifications of Firm, Branch Office, or Key Consultant Special Instructions - 1. Submit a separate Part II for each Firm branch office with proposed Dyess AFB Team Members. If no Branch Office(s) or Key Consultants, insert a blank sheet; and state Not Applicable 2. Submit the following past performance data on each of the ten example projects listed in Section F: a) the contracted design start date, b) the contracted design completion date, c) the actual design completion date, d) the A-E estimated project cost, e) the awarded construction cost, f) the total number and dollar amount of all change orders, g) the total number and dollar amount of change orders resulting from design errors, h) the completed project total construction cost, i) copy of signed customer satisfaction letters. 3. Attach a narrative describing how the Firm's team leader will take charge from the date of receipt of a delivery order to organize the design team; coordinate meetings at Dyess AFB; document correspondences and surveys; insure design quality control is accomplished and design schedules are met. State how project budgets are analyzed prior to design and how they are monitored throughout the design to keep the project design within budget. State what assistance can be expected by the Firm during construction. 4. Attach a narrative on the capability of the Firm to respond to Dyess AFB short-notice requirements; and to accomplish complete designs within required established schedules. Indicate the firm's present workload and the availability of the proposed Dyess AFB Team. D. EVALUATION FACTORS FOR PART I & PART II: Evaluations shall be based entirely on the information submitted on the SF330. Any other binders, photos, or other documents transmitted or bound with the SF330 will be discarded. The following Evaluation Factors will be used in the consideration of the information submitted: Part I, Section C. Proposed Team 1. Consideration will be given only to Principal Firms, Partnership, Joint Venture, and Branch Offices with proposed Dyess AFB Team Members that are all geographically located within a 175-mile radius of Dyess AFB, Abilene, TX. 2. Consideration will be given most to Firms having all proposed Dyess AFB Team Members located physically inside 175 mile radius; with toll-free access numbers; with teleconferencing experience and capability. Part I, Section D. Organizational Chart of Proposed Team 1. Consideration will be given most to Firms that are the Prime Contractor with stated disciplines on staff and located in a single office. Firms with proposed Dyess AFB Team Members employed in a Partnership, Joint Venture, Branch Offices will be given less consideration. Indentify which team member stated will be the designated project manager and who shall be the single point of contact for all Dyess AFB projects. 2. Consideration will be given to how the Firm's team leader will take charge from the date of receipt of a delivery order to organize the design team; coordinate meetings at Dyess AFB; document correspondences and surveys; insure design quality control is accomplished and design schedules are met; how project budgets are analyzed prior to design and how they are monitored throughout the design to keep the project design within budget; and what assistance can be expected by the Firm during construction. Part I, Section E. Resumes of Dyess AFB Team Members Proposed for This Contract Consideration will be given most to proposed Dyess AFB Team Members with greatest years of direct design experience on projects relating to maintenance / repair, industrial, Air Force, recent date of completion, most complicated, number of disciplines. Consideration will be given least to new construction, administrative, Private Enterprise, date of completion older than two years, and that involved fewest disciplines. Part I, Section F. Example Projects That Best Illustrate Proposed Team's Qualifications for This Contract Consideration will be given only to the first ten (10) listed projects; any other projects listed will not be considered. A non-responsive evaluation will be factored into the overall evaluation for other than design-bid-build projects are listed in the ten (10) projects. Part I, Section G. Key Personnel Participation in Example Projects Consideration will be given most to Firm with proposed Dyess Team Members that played a major role in the design of the Example Projects listed in Section F and to Additional Information submitted on the proposed Dyess Team Members as it relates to the design needs of Dyess AFB. Part II, General Qualifications of Firm, Branch Office, or Key Consultant 1. Consideration will be given to Example Project data submitted that demonstrates the reliability of the A-E cost estimates; and the amount of customer satisfaction in user letters of evaluation. Commendations or performance awards for the listed projects received by the Firm are of little consideration. 2. Consideration will be given most to those Firms with the least dollar amount of DOD design volume performed by the Firm in the recent past including currently awarded but not completed designs. The objective is to effect an equitable distribution of contracts among qualified firms. Dollar values requested on SF330 for actual design fees for project designs awarded to the Firm during the previous 12-month period immediately preceding the date of this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA466110R0009/listing.html)
- Place of Performance
- Address: Dyess AFB, Abilene, Texas, 79607-7581, United States
- Zip Code: 79607-7581
- Zip Code: 79607-7581
- Record
- SN02158786-W 20100526/100524235039-4b92bd031e0a2f525c5174a320a15c12 (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 |