Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

C -- Educational Master Planning A-E

Notice Date
9/11/2020 2:34:14 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020R0008
 
Response Due
10/12/2020 10:59:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Tiffany Cox, Amber Bridges
 
E-Mail Address
tiffany.cox.4@us.af.mil, amber.bridges@us.af.mil
(tiffany.cox.4@us.af.mil, amber.bridges@us.af.mil)
 
Description
Subject:� Synopsis of planned contract action � Conceptual Planning Architect-Engineer Services Proposed Solicitation Number:� FA700020R0008 Closing Response Date:� 12 October 2020 Points of Contact:� Tiffany Cox, Contract Specialist, tiffany.cox.4@us.af.mil ������������������������������ Amber Bridges, Contract Specialist, amber.bridges@us.af.mil Contracting Office Address: 10 CONS/PKA, 8110 Industrial Drive, Ste. 200, US Air Force Academy, Colorado 80840 Set-aside status:� Full and Open Competition Synopsis:� ***This announcement is for information only. No solicitation documents are available�and no response from potential offerors is required at this time. ***� Architect/Engineer (A-E) services are required for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for conceptual and master planning projects at the United States Air Force Academy (USAFA), Colorado.� Foreign firms will not be considered for award of an A-E contract.� This single-award IDIQ contract will require the selected firm to perform architectural and engineering services as defined by The Selection of Architects and Engineers Act in 40 U.S.C. 1102 and Public Law 92-582 (formerly known as the Brooks Act). �Title I and other professional A-E services, as defined in Air Force Instruction (AFI) 32-1023, are required to conceptually plan and support facilities and programs of interest to USAFA, as well as Master Planning projects.� The work will not extend to technical design or production of construction documents. Firms are required to provide a Registered Architect or Planner licensed in the State of Colorado. The top performance priorities for this contract are: 1. Spatial analytics and definition of facility requirements to meet rapidly changing higher����������������������� education environments; 2. Campus master planning; 3. Visualization of planning efforts. The Prime consultant is required to have all three top performance priorities as in-house capabilities.� Due to the breadth of additional disciplines required, offerors are encouraged to utilize a team approach.� The selected A-E firm and its sub-consultants will perform Title I (preliminary/concept designs) and other A-E services, with a focus on conceptual and master planning.� The selected A-E consultant team shall demonstrate relevant expertise and experience providing the following: a.� Extensive master planning experience in higher education environments to include academics,� NCAA Division I athletic facilities, support facilities, and housing; b.� Accessibility Standards (ADA), livability, walkability, and sustainability; c.� Parking and transportation services and options; d.� Campus circulation and connectivity; e.� Environmental impacts; f.� Utility infrastructure evaluation as it pertains to system capacity to support plan�recommendations; g.� Security and safety; h.� Modernist architecture; i.� Visualization through the use of computer generated perspectives and experiential technologies; j.� Historic preservation of mid-century Modernist buildings; k.� Sustainable recommendations such as energy efficiency, water demand reduction, waste management and erosion control measures; l.� Airfield planning. The A-E Contractor will be required to comply with all industry standard codes.� These codes and regulations include but are not limited to:� International Building Codes (IBC), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), Americans with Disabilities Act/Architectural Barriers Act (ADA/ABA), National Fire Protection Association (NFPA), industry standards, Unified Facilities Criteria (UFC), Air Force Engineering Technical Letters (ETL), Anti-Terrorism/Force Protection (AT/FP) standards, State Historical Preservation Office (SHPO) requirements, Air Force Instructions (AFI), Manuals, Handbooks and other Publications, USAFA Design Standards including CAD/BIM/GIS, applicable engineering design guides, planning requirements, and applicable drafting standards.� A-E selection procedures in FAR Subpart 36.6 and DFARS PGI 236.602-1 will be used to competitively award one (1) IDIQ contract.� The A-E contract will include one (1) five-year base ordering period and one (1) five-year optional ordering period.� A separate rate list will be negotiated for each year in the base period.� Rates for each year in the option period will be negotiated prior to option exercise, should the government choose to exercise the option.� Firm Fixed Price task orders will be negotiated and awarded for each specific project.� The total order amount will not exceed $30,000,000 for the life of the contract.� There is a minimum order guarantee of $25,000, which will be issued at contract award.� There is no minimum or maximum individual task order amount.� Evaluation factors include professional qualifications, specialized experience, capacity, consistency, past performance, location, and interview/discussion. The Place of Performance is the US Air Force Academy, Colorado, 80840. ***This announcement is for information only. �No solicitation documents are available, and no response from potential offerors is required at this time.� The award of a Firm-Fixed Price Architect-Engineer contract is contemplated and all task orders are subject to availability of funds.***� The Request for Qualifications (RFQ) is expected to be issued on or about 1 November 2020 on the System for Award Management at www.beta.sam.gov.� The government will not provide written paper copies of the RFQ.� Potential offerors must register on beta.sam.gov in order to receive notification(s).� Offerors must be registered with the System for Award Management (SAM) at www.sam.gov in order to receive a Government contract award.� Estimated award date is July 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff861ea2aa394004a29db00a758fbc50/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05794518-F 20200913/200911230148 (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.