Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2011 FBO #3331
SPECIAL NOTICE

C -- Construct / Expand S. Gate Road and So. Gate Search Area, Kingsley Field ANG Base

Notice Date
1/5/2011
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-11-R-0002
 
Archive Date
4/5/2011
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USPFO for Oregon and 173rd Base Civil Engineering Office is seeking qualified AE Firms to award a firm fixed price Architect Engineer Contract to perform services to complete a design for the Construct / Expand S. Gate Road PN: KJAQ102158 and Construct So. Gate Search Area PN: KJAQ042292 located at the Kingsley Field Air National Guard Base, Klamath Falls, Oregon. Solicitation number W912JV-11-R-0002. This request is being solicited as a Total (100%) Small Business Set-Aside. The size standard determination for this acquisition is based on average annual receipts of not more than $4.5 million over a concern's latest three (3) completed fiscal years. The NAICS Code is 541310. Contract Award is anticipated by 1May 2011. The magnitude of the construction for this project is between$1.0M - $5.0M as prescribed in the Federal Acquisition Regulation 36.204. Interested offerors are strongly encouraged to read this announcement in its entirety prior to e-mailing or phoning the USPFO for Oregon for additional information. SCOPE OF SERVICES: The selected AE shall be responsible for the professional quality, technical accuracy and coordination of all services required under this contract. The selected A-E shall provide type A, B, and C design / inspection services for the construction of new pavements and a large vehicle search area with alternate security guard house. The A-E will provide a complete set of plans and specifications of suitable quality and completeness for construction proposals. The A-E effort includes all plant, labor, equipment, appliances, and materials, and provides all necessary travel and services required to compile engineering data, perform field measurements, take videos and photographs, perform design computations, furnish drawings and technical specifications, incorporate owner and user design review comments periodically as the design is developed, calculate estimated construction costs, perform construction inspection services and provide final cost estimates covering work herein described by the final design and specifications for the construction of south gate base pavements and south gate search area. Project elements include: construction of asphalt pavements with associated base rock and subgrade preparation. Removal and rehabilitation of some existing roadway if need is determined through design processes. Provide adequate access to base facilities from south gate and adequate maneuvering space for large semi trucks while maintaining base traffic flows. Design should protect base personnel, maintain traffic connectivity and provide safe parking and accesses for large commercial delivery trucks. Incoming and outgoing vehicles should be protected and not interfere with nearby active railroad lines. Construct an adequately sized properly configured covered search area and alternate guardhouse with truck driver waiting area that meets all design guidance and regulation. The A-E will be responsible to provide a type A-I (15%), A-II (35%), B-I (65%), B-II (95%), B-III (100%) submittals that includes construction cost estimates as well type C inspection services. The selected AE shall accomplish the design services required under the contract so as to permit the award of the contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed the estimated construction contract price; this information will be established at during negotiations between the government and the AE. Type A-II may be included as an option and will be exercised at the discretion of the government. Type B and Type C services will be included as options and will be exercised at the discretion of the government. Type B Design Services is subject to statutory six percent of the estimated construction cost. The 100% drawings and specifications shall be suitable quality and completeness for bidding by a single contractor. The preliminary design schedule is expected not to exceed one hundred and thirty five days calendar days (135 days). This schedule does not include days afforded to the government for design reviews. Project elements are required to be designed to meet all Air Force, Air National Guard, OSHA and DEQ regulations and comply with the 2009 173d FW Master Plan. In addition, all required or appropriate environmental provisions shall be addressed as well as the identification of agencies and regulatory documentation which may be required for (but not limited to): storm water runoff management, oil/water interception for storm runoff, hazardous material abatement, ability to contain fuel spills from fuel delivery vehicles and any other items as may be identified through the design process. A Registered Professional Fire Protection Engineer with experience specifically in the design and construction of wet pipe/pre-action sprinkler systems is required. The A-E shall provide documentation of the Fire Protection Engineer's registration and experience. The Fire Protection Engineer shall have substantial experience in design and construction of fire suppression systems of similar complexity. Design criteria for this project shall include, but not be limited to the following: Air National Guard Engineering Technical Letters (ANG ETL) including ANG ETL 01-1-1, ANG Design Policy, Tab D (Mar 04 ), and 02-1, ANG Design Objectives and Procedures, Tab C (April 10); Unified Facilities Criteria UFC 3-600-01, Fire Protection Engineering for Facilities (26 Sep 06); UFC 4-010-01 DOD Minimum Antiterrorism Standards for Buildings (Oct 03); UFC 4-022-01 Security Engineering: Entry Control Facilities / Access Control Points (May 05); Air Force Instruction AFI 32-2001; Current State and National codes, regulations and specifications involving architectural, civil, electrical, environmental and mechanical disciplines associated with the design and construction of the project; National Fire Codes published by the National Fire Protection Association; Air Force Instructions (AFI), Army or Air Force Regulation (ARs/AFRs), Army National Guard or Air National Guard Regulations (NGR/ANGR), Pamphlets (NGR/ANGR), and other Government publications required for design of the project will be made available to the A-E by the Government (COR). The AE shall be able to provide 2 hard copies and one electronic (AutoCAD 2010) copy of as built drawings per Tab C, ANG ETL 02-1, and Design Procedures. Also provide construction documents in PDF format. A-E shall provide data to allow facility to be added to base GIS map and final 3D survey/topo with utilities and features for addition into Kingsley Field Base Map. The A-E will have access to any historical drawings within the 173 FW files after selection of the A-E. Access or use of these documents SHALL NOT preclude the A-E from performing the necessary studies and investigative work to design a complete and usable facility in accordance with the project documents. SELECTION CRITERIA: The evaluation board will review the SF 330's submitted in response to this solicitation. The evaluation board will evaluate each potential firm according to the criteria listed below. The government will hold discussions with at least three of the most highly qualified firms. Submitting A-E firms shall take into consideration the following milestones when submitting their firm's SF 330's: Interviews will be conducted with the most highly qualified firms on or about 1 March 2011 at the Kingsley Field Air National Guard Base (firms will be notified in writing via e-mail and contacted by phone). A kick off meeting will be scheduled with the most preferred / selected A-E on or about 15 March 2011 at the Kingsley Field Air National Guard Base. Final A-E negotiations shall be completed on or before 1 April 2011. Contract award will be made on or before 1 May 2011. If a mutually satisfactory contract cannot be negotiated with most preferred / selected A-E, negotiations will be terminated and the Contracting Officer will initiate negotiations with the next most preferred firm on the final selection list. The Government will evaluate each potential firm in terms of its - (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience in energy conservation, pollution prevention, waste reduction, fire protection, cost estimating and the use of recovered materials (3) Capacity to accomplish the work in the required time (4) Past performance on contracts with the National Guard, Department of Defense or Federal Government in terms of cost control, quality of work, and compliance with performance schedules (5) Location in the general geographical area of the project and knowledge of the locality of the project (6) Proven ability to coordinate and obtain permits and applications with Airport, FAA and railroads where required. SUBMISSION REQUIREMENTS: To be considered for this project all responding firms, including consultants to the primary firm shall submit three (3) hardcopies of the Standard Form 330 Architect-Engineer Related Services Questionnaire Part I and Part II. Submit these required documents no later than 1:00 P.S.T on February 4, 2011 to Sergeant First Class Jody Owens, PO Box 14350, 1776 Militia Way, Salem, Oregon 97309. LATE SF 330'S WILL NOT BE ACCEPTED. E-MAILED SF 330'S WILL NOT BE ACCEPTED. SF 330's SUBMITTED TO THE 173d BASE CIVIL ENGINEERING OFFICE WIL NOT BE ACCEPTED. No additional materials will be issued and no solicitation package or bidder/plan holder list will be issued. Any questions must be submitted in a Request for Information format (RFI) via electronic mail and reference the project name in the subject line. Please allow 72 hours for a response. RFI's shall be submitted 72 hours prior to the closing date and time to ensure a proper response can be provided. MISCELLANEOUS INFORMATION: Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov or by contacting the CCR Assistance Center (8am - 4pm Eastern Time) 1-888-227-2423. The solicitation and associated information will be available from the Federal Business Opportunities website www.FBO.gov. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor's Registration (CCR) and the Federal Business Opportunities (FedBizOpps) in order to view or download the plans or drawings from the web site. DISCLAIMER: The official government website is Federal Business Opportunities www.FBO.gov and the government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the both above listed websites. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. The successful A-E shall be able to invoice electronically using Wide Area Workflow procedures. This requirement shall not be waived. Information and instructions can be found at the Wide Area Workflow website at https://wawf.eb.mil/. It is the successful offerors responsibility to ensure that proper access can be obtained to this system. The government will not be held liable for any automation upgrades required to interact with this system. Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted to the extent practicable and in accordance with the Federal Acquisition Regulation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-11-R-0002/listing.html)
 
Record
SN02354309-W 20110107/110105233734-13d012e2aaa1323ac80f1c864a5f3e00 (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.