Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOURCES SOUGHT

C -- Multi-Discipline Architect-Engineer Services

Notice Date
4/8/2020 2:36:06 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020R0015
 
Response Due
5/12/2020 1:00:00 PM
 
Archive Date
06/12/2020
 
Point of Contact
Amber Bridges, Phone: 7193333819, Tiffany Cox, Phone: 7193330809
 
E-Mail Address
amber.bridges@us.af.mil, tiffany.cox.4@us.af.mil
(amber.bridges@us.af.mil, tiffany.cox.4@us.af.mil)
 
Description
This is a SOURCES SOUGHT Notice for market research purposes only. �Do not send proposals or SF 330�s in response to this Notice. �The Infrastructure Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested in performing multi-disciplined Architect-Engineer (A-E) services in support of the United States Air Force Academy (USAFA); Buckley AFB; F.E. Warren AFB; Peterson AFB; Schriever AFB; Cheyenne Mountain Air Force Station; and 9 geographically separated units (GSUs), which are New Boston AFS, NH; Kaena Point, HI; Cape Cod AFS, MA; Cavalier AFS, ND; Clear AFS, AK; RAF Fylindales, UK; Socorro, NM; and Guernsey, WY. A DRAFT summary of qualifications is included in this notice. The planned North American Industry Classification System (NAICS) codes are 541310 for Architectural Services in which the small business size standard is $8 million & 541330 for Engineering Service in which the small business size standard is $16.5 million. The 10 CONS seeks input from all A-E firms interested in contracting for Architect-Engineer Services, especially SMALL BUSINESSES in the 8(a) program, HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned Small Business (WOSB).� This Sources Sought Notice shall not be construed as a formal solicitation or as an obligation on the part of the 10 CONS to acquire any products or services.� Information provided to the 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government.� A formal solicitation may be executed and posted separately on the Government Point of Entry (beta.SAM.gov) at a future date. �The 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of the market research.� Small Business (SB) Set-Aside Determination: The 10 CONS reserves the right to determine if a SB set-aside is appropriate as well as one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as ""8(a)"" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVOSB or WOSB) based on responses to this notice and other pertinent information gathered by the contracting officer.� In order for the 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns must provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A-E Services with emphasis on Architectural Designs. The Government contemplates awarding six (6) A-E IDIQ contracts, each with a five (5) year base ordering period and up to five (5) one-year optional ordering periods.� Firm Fixed Price Task Orders will be negotiated and awarded for each specific project.� The total contract ceiling amount for each contract is anticipated to be between $10M and $20M for the life of each contract.� The government anticipates a minimum quantity guarantee of $5,000 for each IDIQ awarded; a task order meeting this minimum will be issued at the same time as the basic contract award.� DRAFT Summary of Required Qualifications (Note: The description is a summary of the required qualifications and is not intended to be all-inclusive): The work includes all efforts necessary to manage and execute Title I, Title II, and other professional A-E services for traditional A-E services for design and construction oversight supporting Facility Sustainment, Repair, and Modernization (FSRM) and Military Construction (MILCON) programs.� The Project Manager must be a Registered Architect or a Professional Engineer licensed in the state of Colorado.� The A-E will be required to comply with all industry standard codes as well as base specific codes and regulations.� Title I services, to include field/subsurface site investigations, studies and surveys as applicable, project design analysis, preparation of preliminary and final construction drawings, technical specifications, Comprehensive Interior Design packages that meet Unified Facility Criteria (UFC) 3-120-10, and construction cost /time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects.� Services may be required for, but are not limited to, architectural, electrical, mechanical, civil, landscaping, interior design, structural, fire suppression, and environmental engineering, facility assessments, life safety upgrades, ADA handicap upgrades, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, architectural and engineering studies, preliminary/concept designs, design development, construction specifications, high temperature hot water, forensic, historic preservation, sustainable design, LEED certification, Uptime Institute Tier III and Tier IV site infrastructure, and construction estimates.� These services also include those items normally furnished by an A-E in the actual preparation of the design documents:� plans, drawings, estimates (Independent Government Cost Estimate (IGE) using proprietary e4Clicks Project Estimator Program, localized for Colorado Springs, CO via the City Cost Index (CCI) when directed by individual delivery order), specifications, submittal register etc., including visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities. Title II services include those items involving inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating and testing product submittals and shop drawing, and preparation of construction contract modifications. Other A-E services include services that are design and construction related but are not connected with a specific construction project.� The services consist of developing design criteria, fact-finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required.� Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs. Interested parties shall provide the following information: a.� Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number, e-mail address, and website; b.� Small business status (service disabled veteran owned small business, HUB Zone, 8(a), woman owned small business enterprise, etc.), if any; c.� Company�s capability to provide all desired disciplines either in-house or through a team approach, with qualified firms; d.� Brief summary of firm�s experience providing A-E services for military installations; e.� Company�s primary source of business (commercial/private or Government sector); f.� Please provide feedback on the draft statement of qualifications. Ensure that the statement does reflect industry standards and includes a complete list of required licenses and certifications according to A-E industry best practice. Provide responses no later than 2:00 pm Mountain Time on 12 May 2020. �The 10th Contracting Squadron is under no obligation to consider information received after 2:00 pm Mountain Time, 12 May 2020, as part of the formal market research for this acquisition. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Submissions should be limited to no more than 15 pages. �Proprietary information should be marked �PROPRIETARY INFORMATION.� �An electronic (email) response is the accepted method.� Failure to submit all information by the submission due date and time will result in a contractor being considered �not interested� in this requirement.� Email responses to A-E Contract Specialists, Amber Bridges amber.bridges@us.af.mil and Tiffany Cox Tiffany.Cox.4@us.af.mil, as well as the A-E Contracting Officer, Carol Mohr Carol.Mohr@us.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Qualifications (RFQ).� No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. SF330s are not being requested and should not be provided in response to this notice. In accordance with DFARS Part 252.204-7004, contractors must be registered in the Central System for Award Management (SAM) prior to award. �Register at http://www.sam.gov, or call 1-866-606-8220. �Any future information on this acquisition (statement of work, specifications, solicitation, etc.) will be posted on www.beta.sam.gov. �It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes.� For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561.� Pursuant to AFFARS Part 5301.9102(c), Mr. James Anderson is appointed as the USAFA Ombudsman. �The USAF Ombudsman contact information is: 10 CONS/PK (Mr. James Anderson), 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. Telephone Number: 719-333-3829, Email Address: james.anderson.72@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/855b4c36191c4ec9899c5f4ead14baf9/view)
 
Place of Performance
Address: CO, USA
Country: USA
 
Record
SN05615040-F 20200410/200408230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.