SOLICITATION NOTICE
C -- ARCHITECT AND ENGINEER SERVICES (A&E)
- Notice Date
- 1/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
- ZIP Code
- 88330-7908
- Solicitation Number
- FA4801-10-AE-SERVICES
- Archive Date
- 3/4/2011
- Point of Contact
- Jim Ordway, Phone: 575-572-2099, John T. Seamon, Phone: (575) 572-3993
- E-Mail Address
-
jim.ordway@holloman.af.mil, john.seamon@holloman.af.mil
(jim.ordway@holloman.af.mil, john.seamon@holloman.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- - Sources Sought from 100% 8(a) HUBZone, Small Business, Service-Disabled Veteran-Owned Small Business Firms for Indefinite Quantity Solicitation for Architect and Engineering Services for Holloman Air Force Base, NM General Information Document Type: Sources Sought Notice Solicitation Number: Reference-Number-FA4801-10-AE-SERVICES Posted Date: __________ Original Response Date: __________ Current Response Date: __________ Original Archive Date: __________ Current Archive Date: __________ Classification Code: C -- Architect and engineering services NAICS Code: 541310 -- Architectural Services Contracting Office Address Department of the Air Force, 49th Contracting Squadron/LGCB, 490 First Street, Holloman AFB, NM, 88330-7908, UNITED STATES Description This proposed contract is being considered for 100% 8(a), HUBZone, Service-Disabled Veteran Owned or Small Business Set-Aside. All interested concerns must submit the required information listed below, IN THE PROPER FORMAT AND QUANTITIES, to Jim Ordway not later than 1500 local time, 17 Feb 2011. Submittals received at Holloman AFB after this date and time will not be considered. Indefinite Delivery, Indefinite Quantity Architect-Engineer (A-E) services for HollomanAir Force Base, New Mexico for a 12-monthperiod from date of award with up to 2 additional one-year option periods. These projects and studies include Title I A-E services for selected Sustainment, Restoration and Modernization projects located at HollomanAFB including and Title II services for tasks such as land surveying, soils testing, utility locations, and as-built verification. Projects may include new construction, additions, alterations, maintenance and repair or combinations thereof relating to airfields, aircraft support facilities, unaccompanied housing, or other military or Air Force facilities designed in accordance with applicable DoD design guides, facilities criteria, technical letters and checklists. DOD's policy for selection of A-E firms is not based on competitive bidding procedures, but rather upon the professional qualifications of the firm as evaluated against established selection criteria. Selection for up to three (3) contracts will be based on the following selection criteria, to be considered in descending order of importance: (1) PROFESSIONAL QUALIFICATIONS. Professional qualifications necessary to satisfactorily perform the required services. Key disciplines include but are not limited to the following: Electrical Engineering, Mechanical Engineering, Architecture, Structural Engineering, Civil Engineering, Fire Protection Engineering, LEEDAccredited Professional certification, Environmental Engineering, and Force Protection Engineering. Firms should have as a minimum one engineer witha valid professional registration with the New Mexico Board of Licensurefor Professional Engineers & Professional Surveyors. (2) SPECIALIZED EXPERIENCE. Recent experience (within the past 5 years) of design team members individually and collectively as a total team (A-E, Client, Outside agencies) in new construction, additions, alterations, maintenance and repair or combinations thereof relating to airfields, aircraft support facilities, unaccompanied housing, land surveying, soils testing, utility locations, and as-built verification. (3) PAST PERFORMANCE. Past performance, within the past five years, on contracts withGovernment Agencies and Private industry in terms of cost control, quality of work, and compliance withperformance schedules. (List, but do not submit, recent awards, commendations, or other superior performance indicators). Include any innovative and creative methods (packaging, field investigation, contract document representation, etc...) that were used to expedite and fast-track the project delivery process. (4) CAPACITY. Capacity to accomplish a flexible program workload in a high quality manner withexperienced and qualified resources applicable to the work requested under this contract. Capacity of firm and project teams to accomplish multiple, large and small projects simultaneously; and ability to sustain the loss of key personnel while accomplishing work within required time limits. (5) SUSTAINABLE DESIGN. Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. (6) LOCATION. Proximity of the firm's facilities to HollomanAFB (within 500 miles) and the ability to deliver projects in the southern New Mexico area. Identify office location(s) for A-E and subcontractors/consultants and the distribution of capabilities, services, and resources within each facility location. Up to three firm fixed-price, indefinite quantity contracts will be awarded, not to exceed $1,000,000 over the life of the contract, witha guaranteed minimum of $25,000.00 per contract. Firms desiring consideration shall submit their current SF 330, Architect-Engineer Qualifications; Part II, General Qualifications, to include information on firm principals as well as on proposed subcontractors. Only firms submitting the listed documentation will be considered. The old forms SF 254 and SF 255 are obsolete and will not be considered. Up to three (3) firms will be selected and up to three (3) contracts will be awarded as a result of this advertisement. All responsible sources may submit their qualifications, which shall be considered. SUBMISSION REQUIREMENTS: Firms desiring to be considered must submit 7 sets of documents containing copies of the completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firm'sname and address, the solicitation number, closure date of the solicitation, and any other pertinent information. Divide each set into the following labeled sections: Section 1 will include a cover letter; Section 2 will include the Part I of the SF 330 (without instructions), with tabbed subsections for Items A through I. Provide an organizational chart under Item D including the prime consultant and all subconsultantslisted under Item C. Item F is limited to 5 projects in the past 5 years showing examples of past performance relevant to quality, budgeting, and timeliness on projects similar to this work. Item H may include a list of recent awards, letters of recommendation, and other superior performance indicators, including subject matter and point of contact as well as other responses to the evaluation criteria that are not responded to elsewhere. Item H of the SF 330 is limited to 10 total pages, 8.5 X 11, printed front and back. Section 3 will include Part II of SF 330 and should include a tab for each firm. Part II of the SF 330s are limited to 5 pages total for the submitting firm and for each sub-consultant. Submit data that the firm feels adequately demonstrates experience and qualifications to perform the required work. Only responses received in this office no later than 3:00 p.m., Alamogordo, NM local time, 17 Feb 2011, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. Point of Contact John Seamon, Contracting Officer, Phone 575-572-3993, Fax 575-572-5456, Email John.Seamon@holloman.af.mil; Jim Ordway, Contract Specialist, Phone 575-572-2099, Jim.Ordway@holloman.af.mil Place of Performance Address: 49th Contracting Squadron/LGCB, 490 First Street, Holloman AFB, NM Postal Code: 88330 Country: UNITED STATES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-10-AE-SERVICES/listing.html)
- Place of Performance
- Address: Holloman AFB, Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN02358702-W 20110114/110112233931-2cf21410a10e03dfecff831f4ac8a131 (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 |