MODIFICATION
C -- Architect-Engineer Services - A-E Questions & Answers
- Notice Date
- 7/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
- ZIP Code
- 72099-4971
- Solicitation Number
- FA4460-12-R-0005
- Archive Date
- 8/14/2012
- Point of Contact
- Lucille D. Ngiraswei, Phone: 5019873839, Barry G. Jundt, Phone: 5019873853
- E-Mail Address
-
lucille.ngiraswei@us.af.mil, barry.jundt@us.af.mil
(lucille.ngiraswei@us.af.mil, barry.jundt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- A-E Q&A 17 Jul 2012 SYNOPSIS FOR PROFESSIONAL ARCHITECT-ENGINEER DESIGN SERVICES. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). I. INTRODUCTION AND OVERVIEW OF REQUIREMENT The 19th Contracting Squadron is requesting Architect-Engineer Qualifications, SF 330s, from qualified Architect-Engineer (A-E) firms interested in providing A-E services in support of Little Rock AFB (LRAFB), AR and the LRAFB areas of responsibility at the All-American Drop Zone on Camp J.T. Robinson; North Little Rock, AR and the Blackjack Drop Zone--located between El Paso and Romance, AR. This acquisition is being conducted in accordance with (IAW) Air Force Instruction (AFI) 32-1023, FAR Subpart 36.6 and all other applicable laws and regulations. This announcement is open to all firms permitted by law to practice the professions of Architecture or Engineering in the United States regardless of business size status. IAW FAR 19.502-4(a)-Multiple-Award Contracts and Small Business Set-Asides, up to two (2) of the four (4) possible IDIQ contracts are reserved for the small business concerns identified in FAR 19.000(a)(3). The applicable North American Industry Classification System Code is 541310-Architectural Services. The A-E services required include but are not limited to the following: studies, investigations, surveying, mapping, tests, evaluations, consultations, comprehensive and community planning, requirement documents, construction statement of work development, conceptual designs, full designs, value engineering, construction phase services, soils engineering services associated with designing commercial and industrial type projects and implementation of comprehensive planning programs. Complete design work includes the design plans, drawings, cost estimates, specifications and other support documents as required to execute maintenance, repair, construction, general facility renovation projects and graphic land use plans. Typical projects for multi-discipline A-E firms include, but are not limited to new construction of buildings and structures, alteration and repair of buildings, structures, roads, grounds, roofs, miscellaneous services and utilities including Jet A fuel systems. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. Registered, licensed professionals shall oversee all Design Services and shall stamp all prepared construction documents. Firms are also reminded of the requirement at FAR 36.601-3(a), which requires that the Architect-Engineer specify in the construction design specifications, use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. Where appropriate, the Architect-Engineer must consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications to include keeping a LEED notebook. The selected A-E firm(s) will be required to participate in site visit meetings (when requested) within five (5) calendar days after receiving the request for proposal for an upcoming project. Familiarity with English and the metric system of measurements is required. Computer Aided Design and Drafting (CADD) capability and compatibility with AutoCAD (latest version) and capability to digitize existing drawings for CADD use are also required. No additional project information will be given to A-E firms at this time. The services required for each upcoming project will be negotiated under a separate Task Order and detailed in the associated Statement of Project Scope. Personal visits for the purpose of discussing potential projects are discouraged. Standard Form (SF) 330s will be reviewed for possible award of up to four (4) firm-fixed priced Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for multi-discipline A-E Services. Each resulting IDIQ will have a one (1) year base period and two (2) one (1) year option periods. Professional A-E services for projects will be accomplished under Task Orders issued against the resulting IDIQs. An option period may be exercised when the preceding performance period expires or when the maximum quantity for the base period or preceding option period has been exhausted or nearly exhausted. The contract rates for the basic period shall begin on the date of the contract award and shall continue for 365 calendar days or until the upcoming option period is exercised. All awarded IDIQ contracts (inclusive of options) will have a cumulative value NOT TO EXCEED $7.8 million. II. EVALUATION & SELECTION CRITERIA Each A-E firm must demonstrate their qualifications (including key subcontractors) with respect to the Selection Criteria listed below in descending order of importance: (1) Past performance with respect to execution of both DoD and private industry contracts in terms of high quality work, delivery on or ahead of schedule, and with cost and recognized budget control. In addition to reviewing the past performance provided for the Example Projects listed in Part I Section F of the SF 330, government personnel will gather/review relevant past performance information obtained through PPIRS & ACASS. (2) Professional qualifications (resumes or curriculum vital and proof of professional registration) of key personnel of the A-E firm and consultants, to include subcontractors, and the project team (team/office actually accomplishing the work), necessary for satisfactory performance of required services. Each firm will indicate selected consultants, to include, but not limited to the following design disciplines: architectural to include landscape architects, civil engineer (general plus airfield design), structural, mechanical (primarily HVAC, plumbing, fire protection, and EMCS), environmental (hazardous waste identification, disposal and design) and electrical (building design, fire detection and alarm systems, exterior lighting, airfield lighting design, underground primary and secondary electrical distribution and communications systems, i.e. telephone, communications and fiber optics, LAN), LEED accredited professional, fire protection engineer. The A-E firm may subcontract portions of the requirement to licensed/registered professionals. However, substitutions for key personnel after contract award must be with personnel having equal or higher qualifications. Substitutions must also be approved by the Contracting Officer prior to initiating substitution. (3) Specialized experience and technical competence in the type of work required, to include CADD capability and compatibility with AutoCAD (latest version), capability to digitize existing drawings for CADD use, experience in Air Force design projects, energy conservation, LEED, pollution control, waste reduction and the use of recovered materials. Other DoD and private sector experience may be submitted but preference will be given for AF project experience. (4) Professional capacity to complete projects within the established time limits and meeting project dollar thresholds. Availability of proper resources to accomplish the project and the effect other DoD and private sector work in the office will have on the Little Rock AFB workload. The A-E firm and proposed subcontractors must demonstrate the ability to complete multiple Task Orders simultaneously. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Volume of DoD contracts awarded in the previous 12 months. III. A-E FIRM RESPONSE PROCEDURES Qualified firms are invited to submit five (5) printed, bound copies (1 original and 4 copies) of the completed SF 330, Architect-Engineer Qualifications, and associated documents. Attached for use is an editable SF 330. A copy of the SF 330 is also available on the United States General Services Administration (GSA) website at http://www.gsa.gov/portal/forms/type/TOP. Limit each SF 330 Part I Section E to no more than two (2) pages per each key personnel. Please keep each SF 330 submittal copy along with supporting data to only the minimum number of printed pages necessary to impart the required information. Print pages one-sided on 8'x11" paper in 12 pitch. Attach a completed copy of the Cover Sheet to the SF 330. Attach an Organizational Chart of the firm's proposed team to Part I Section D of the SF 330. Relevant projects identified in Part I Section E block 19 of the SF 330 shall not be more than three (3) years old. *** Per Q&A: If experience with design projects within the 3-year timeframe requested is not available, experience with design projects within the past 5 years is acceptable. *** Provide a list of NO MORE THAN ten (10) Example Projects in Part I Section F of the SF 330. Example Projects shall be no more than three (3) years old and should include appropriate information regarding the overall cost control process used, the client's assessments of the quality of the services provided, and discussion of the issues that affected the schedule. Relevant contracts include those of similar magnitude, complexity, contract type and contract environment. Please state if any of the projects are either certified or registered to be certified with the LEED program and if the projects are for clients that the firm has provided services for in the past. *** Per Q&A: If experience with design projects within the 3-year timeframe requested is not available, experience with design projects within the past 5 years is acceptable. *** A-E firm must have Past Performance Information (ex. Past Performance Questionnaire) provided by previous clients for each of the Example Projects listed in Part I Section F of the SF 330. Refer to the attached Past Performance Information Instructions & Past Performance Questionnaire (PPQ). The offeror (A-E Firm) is responsible for ensuring that PPQs are completed and submitted to the 19th Contracting Squadron NO LATER THAN the SF 330 due date. If a Teaming Arrangement is contemplated, provide complete information as to the arrangement. Include any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past relevant contracts. SUBCONTRACTOR CONSENT Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the SF 330 a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. Refer to the attached Subcontractor Consent Form. The following Additional Information shall be addressed in Part I Section H of the SF 330: (1) Provide a list of Department of Defense (DoD) contracts awarded in the last 3 years. Please be sure to include the contract number, award date, and a brief description of the services provided. (2) Provide information describing the firm's capacity to accomplish the required services. A.) Metric Experience B.) Computer and CADD Experience C.) Quality Assurance/Control D.) Cost Control Approach (3) List personnel on the proposed team that are LEED accredited. (4) Describe the proposed teams experience in providing planning and design services that include energy conservation, pollution control, waste reduction, and the use of recycled materials. (5) Provide a completed copy of the attached A-E Firm Questionnaire. Documents submitted in response to this notice must be fully responsive to and consistent with the following: (1) Requirements of the attached Statement of Work (SOW) and all applicable government standards or regulations. (2) Evaluation Factors listed in this notice. (3) Any limitation on the number of SF 330 pages. Pages exceeding the page limitations set forth in this document will not be read or evaluated, and will be removed. Only the following documents should be submitted: 1. SF 330 & Associated Documents 2. Past Performance Information All responses received before the response date of this notice will be considered for selection. To be eligible for contract award, the A-E firm must be permitted by law to practice the professions of Architecture or Engineering in the state of Arkansas. Refer to www.arkansas.gov/arch (Architecture) / www.pels.arkansas.gov (Engineering) for licensing information. The A-E firm must also be registered in the Central Contractor Registration (CCR) database. Register via the CCR website at https://www.bpn.gov/ccr/ or by contacting the Federal Service Desk at 1-866-606-8220. In addition to being registered in CCR, interested firms must also complete annual representations and certifications on ORCA at https://orca.bpn.gov/ and be current in VETS100-100A Federal Contract Reporting. Effective January 15, 2012, customers will no longer be able to electronically file a VETS 100/100A Report. Customers may still file, but must first download the form from the VETS website www.dol.gov/vets/programs/fcp/main.htm, fill out the form and mail or email it to: Veterans' Employment and Training Service (VETS) In Care of: Department of Labor National Contact Center (DOL-NCC) Suite 200 14120 Newbrook Drive Chantilly, VA 20151 (866) 237-0275 Or email to: VETS100-Customersupport@dol.gov INFORMATION REGARDING SUBMISSION OF SF 330 PACKAGE: All SF 330 packages must be either hand carried or mailed (i.e. USPS, FEDEX, DHL, UPS etc.) directly to the following: 19th Contracting Squadron Attention: Barry G. Jundt / Lucy Ngiraswei 642 Thomas Avenue Little Rock AFB, AR 72099-4971 The sealed envelope/package used to submit your SF 330 package must show the time and date specified for receipt, the Presolicitation Notice Number, and the name and address of the offeror. Faxed or emailed SF 330 packages WILL NOT be accepted. Offerors are cautioned that Little Rock AFB, AR has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the 19th Contracting Squadron PRIOR to the time specified for receipt. Late SF 330 packages WILL NOT be accepted. QUESTIONS: Please direct any questions in writing to Lucy Ngiraswei at lucille.ngiraswei@us.af.mil. Only questions submitted in writing will be considered. Please include the following in the email subject line: A-E Question: [A-E Firm Name]. A-E FBO NOTICE AMENDMENT 0001 17 JUL 2012: Please refer to the attached A-E Questions & Answers document noting the questions & answers collected/addressed for this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28d060a29d8db9606fb1e759741955b4)
- Place of Performance
- Address: Little Rock Air Force Base, Arkansas, Little Rock Air Force Base, Arkansas, 72099, United States
- Zip Code: 72099
- Zip Code: 72099
- Record
- SN02805632-W 20120719/120717235957-28d060a29d8db9606fb1e759741955b4 (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 |