Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOURCES SOUGHT

C -- AMC Architect-Engineering IDIQ - Draft PWS

Notice Date
1/26/2011
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-11-R-9999
 
Archive Date
3/5/2011
 
Point of Contact
David L. Hackler, Phone: 6182569968
 
E-Mail Address
david.hackler@scott.af.mil
(david.hackler@scott.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a DRAFT PWS for the AMC Multiple Award IDIQ for Architect and Engineer Services. This draft is subject to change prior to a formal RFP if an RFP is issued. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT ONLY. Architect-Engineer (AE) services are required for a multiple award indefinite delivery, indefinite quantity (IDIQ) contract. Headquarters Air Mobility Command (HQ AMC) A7 Directorate is seeking qualified firms to provide architectural and multi-disciplined engineering services including but not limited to: the study, design and preparation of request for proposal documents for engineering studies/surveys, design-build, repairs, alterations, and/or new construction of commercial, industrial and residential facilities, community planning, environmental studies, and Environmental Impact Assessment Program (EIAP) studies. The contract duration will be one year from the date of contract award with four (4) additional one-year options allowing the total period of performance for the contract to be extended up to five years. The contract is anticipated to have a maximum limit NTE $45,000,000 for the life of the contract. Individual delivery orders shall not exceed $4,000,000 unless mutually agreed to by both parties. The estimated starting date is October 2011. A minimum of $2,500 in fees paid is guaranteed for the base period of performance. No specific minimum amount is guaranteed in any of the option years. Delivery orders issued against the IDIQ contract will be firm fixed price. The work requires AE services as identified in the Draft PWS attachment. Title I-A, Title I-B, Title II, and other AE services will be required under this IDIQ. The projects associated with this contract shall involve any combination of architectural, civil, structural, mechanical, electrical and fire protection engineering disciplines. Projects may also involve landscape design, interior design, cost estimating, Geographic Information System (GIS) services, and antiterrorism/physical security engineering services. The bulk of the work is anticipated near Scott AFB, IL, however, some work may be requried at alternate Air Mobility Command locations including: McGuire-Dix Air Base, NJ, Travis AFB, CA, MacDill AFB, FL, Little Rock AFB, AR, Pope AFB, NC, McChord AFB, WA, Andrews AFB, MD, Dover AFB, DE, Charleston AFB, SC, Dyess AFB, TX, McConnell AFB, KS, Fairchild AFB, WA, and Grand Forks AFB, ND. The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible. The AE firm may be required to conduct comprehensive asbestos and lead containing material surveys and provide design to provide for the removal and disposal of these materials in accordance with applicable laws and regulations. Firms unable to accept work involving asbestos and lead containing materials need not apply. AE firms meeting the requirements described in this announcement should provide a general capability statement, including past performance on recent work, the firm's contact information including name and address of firm, POC, business size, and any small business designation. Recent work is defined as within the last 3 years. Any responses to this sources sought shall be limited to 15 pages. The requested information should be submitted electronically to David.Hackler@scott.af.mil not later than 3pm CST on February 18, 2011. This sources sought is intended to identify interested and capable small businesses; however any company may respond to become an interested party. It is anticipated that four contracts will be awarded for this requirement. Contractors that have held pre-existing AE contracts with Scott AFB, Illinois are encouraged to submit a response to this notice. This is not a request for proposal (RFP). All contractors MUST be registered in the Central Contractor Registration database and ORCA database to receive an award. Contractors can obtain further information on the Central Contractor registration (CCR) and ORCA registration at web site http://www.ccr.gov/ and http://orca.bpn.gov/. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-11-R-9999/listing.html)
 
Place of Performance
Address: Scott AFB, IL 62225, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02367240-W 20110128/110126234313-b7e849966818c614cf0901664aea4886 (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.