Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOLICITATION NOTICE

C -- Architect/Engineering IDIQ Minot AFB, ND

Notice Date
12/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-13-R-0003
 
Archive Date
1/25/2013
 
Point of Contact
Wade L. Vinje, Phone: (701) 723-4171, Agena, Phone: 701-723-4184
 
E-Mail Address
wade.vinje@minot.af.mil, terry.agena@us.af.mil
(wade.vinje@minot.af.mil, terry.agena@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A&E IDIQ SYNOPSIS FBO Synopsis For New Specialized Open End Architect-Engineer (A-E) Contracts Minot Air Force Base, Base Civil Engineering, requires Title I, Title II, and Other Architect-Engineer (A-E) services for an open-end A-E design contract. The successful A-E firm(s) shall be primarily architectural in nature, with a strong environmental capacity, and provide a full range of other engineering disciplines (including, as a minimum, electrical, mechanical, civil, fire protection, and structural). The Air Force may award up to two (2) indefinite-delivery indefinite-quantity (IDIQ) contracts comprising of a base year with four one-year options. The successful A-E(s) will be guaranteed a one-time minimum of $2,500.00. The maximum contract amount shall not exceed $1,900,000.00 ($1.9M) for the life of each contract. The minimum task order amount is $2,500.00 and the maximum task order amount is expected to be $1,900,000.00. Any task order exceeding $1,900,000.00 will require prior agreement between both parties. The estimated contract award date will around the timeframe of March-June 13. The general scope of work includes, but is not limited to: site visits, field investigations, development of design analyses, plans, drawings, specifications, cost estimates, other necessary documents for contract accomplishment, and other studies, investigations, and services as required. The Air Force may select and award to more than one A-E from the firms responding to this announcement. Rating factors are listed in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required services. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25, but does not have to be registered in the particular state where the project is located. 2. Specialized experience and technical competence in the type of work required to include, but is not limited to, existing facility renovations and repair, new facilities, pavements, and utility designs, with: a. Knowledge of Air Force Civil Engineering requirements to include Unified Facilities Criteria and Air Force Policy Directives, Instructions, Pamphlets, Manuals, Technical Data Bulletins and Engineering Technical Letters. b. Ability to prepare design-build construction contract packages for Military Construction projects. c. Ability to prepare Customer Concept Documents (CCDs) for Military Construction projects. d. Knowledge of Air Force requirements for force protection and anti-terrorism design, and comprehensive and structural interior design. e. Knowledge of LEED (Leadership in Energy and Environmental Design) design and construction requirements for buildings. f. f. Knowledge of building commissioning with emphasis on mechanical and electrical systems. g. g. Knowledge of Unified Facilities Criteria specifications and United States National CAD Standard. 3. Capacity to accomplish the work in the required time. Firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time will be considered. 4. Past Performance: The Government will evaluate the past performance of firms on previous Department of Defense (DoD) and other contracts (Architect-Engineer Contract Administration Support System (ACASS), Past Performance Information Retrieval System (PPIRS), awards for design excellence) within last 10 years. 5. Location in the general geographical area of the project and knowledge of the locality of the project. Examples include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6. Volume of work previously awarded to the firm by DoD (do not consider awards to overseas offices for projects outside of the United States, its territories and possessions within last 12 months). 1) Volume of previous DoD contracts. 2) Dollar value of prior DoD awards. 3) Use of small and small disadvantaged business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; Size Standard is $14 million. Contractors must register in the System for Award Management (SAM) database to be eligible for award. You may access SAM at http://www.sam.gov/ or 1-866-606-8220. This acquisition is unrestricted and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. This is not a Request for Proposal. Interested A-E firms desiring consideration shall submit the appropriate data described in the Standard Form 330 (SF330), Architect-Engineer Qualifications. All information must be submitted on the SF330, and shall not include other formats referencing the SF330 in lieu of submitting the SF330. Include a cover letter addressing whether your firm is a large or small business (based upon the SBA size standard criteria of $14 million in average annual receipts for the past three years). The cover letter should also provide the estimated construction costs for at least three projects designed in-house within the last 12 months and the associated contract award amounts for those projects. Also provide current points of contact for these contracts. Submit 10 copies of submittal packages in accordance with the following guidelines/limits for contents: • Introduction to resumes: Limit 5 pages. • Key personnel: Limit 25 individuals. • Personnel resumes: Limit 2 pages per individual. • Sample projects: Limit 10 projects, 3 pages each. • Sample projects: Must have been accomplished within the past 3 years. • Additional information: Limit 15 pages. Respond to this announcement not later than 4:00 pm (Local Time), 10 January 13, for consideration. There are no other general notifications for this acquisition. Submit required data to: 5th Contracting Squadron/LGCA, Attn: Wade Vinje and/or SrA William Wilson.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6fb9c5bc5e67b170db1dfb2cfab9665c)
 
Place of Performance
Address: 165 Missile Ave, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN02946119-W 20121213/121211234121-6fb9c5bc5e67b170db1dfb2cfab9665c (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.