COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
C -- TECT ENGINEERING SERIVES-CONSTRUCTION-INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
- Notice Date
- July 24, 2001
- Contracting Office
- AFNAF Purchasing Office, 9504 IH 35 North, Ste 370, San Antonio, TX 78233-6636
- ZIP Code
- 78233-6636
- Solicitation Number
- F41999-01-R-6007
- Response Due
- August 25, 2001
- Point of Contact
- Roy H. Rainey 210-657-5804
- E-Mail Address
- Click here to contact the Contracting Specialist via (Roy.Rainey@afnafpo.com)
- Description
- The Air Force Nonappropriated Fund Purchasing Office (AFNAFPO) proposes to acquire Architect-Engineer (A-E) services in support of the Headquarters Air Force Agency (HQ AFSVA) Nonappropriated Fund (NAF) construction program under an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Quality Assurance Inspection Services, and Management Assistance (Title II, Type C services). The services are for multiple Nonappropriated Fund construction projects located throughout the United States and Overseas. The construction projects to be managed/inspected during the construction phase consist of major new construction, significant additions and alterations to existing facilities, minor construction, and minor building modifications. Types of facilities include, but are not limited to the following building types: (1) Lodging facilities (Temporary Lodging facilities and Visiting Quarters); (2) Food, Beverage, and Entertainment facilities (Officers', Enlisted, and Collocated/ Consolidated Clubs, snack bars, pubs/lounges, cafeterias, and high energy entertainment venues); (3) Youth Centers Facilities (Daycare and youth centers , and before/after school facilities; (4) Outdoor Recreation/Sports facilities (bowling centers, marinas, camping facilities [cabins, RV/tent campgrounds, & support facilities], youth ball fields, swimming pools/bathhouses, golf facilities [course, clubhouse, cart storage, maintenance facilities, and irrigation; and (5) Miscellaneous facilities such as car washes, recreational equipment rental facilities, arts & crafts centers, automobile repair/maintenance facilities, etc. (For evaluation purposes, the above facility types are stated in their relative order of importance to the program, in descending order). The contractor shall perform all services required for surveillance and inspection during the progress of construction and through final acceptance. The Government anticipates the award of a single contract as a result of this requirement with funding for work orders through the issuance of delivery orders. Additionally, the contractor shall provide schedule management and technical advisory support to Government Contracting personnel. Services shall include fully integrated management of the multi-project program utilizing a central "Program Management Team [located in San Antonio TX]," with individual, on-site construction inspectors for major projects, traveling inspectors for designated minor construction projects, technical support, and a centralized computerized Management Information Control System (MICS). The projects range from minor construction projects to major renovations and new facilities with a construction cost range of $200,000 to $50,000,000 each. The potential annual size of the Agency construction program which could require Title II (Type C [construction management] services) is approximately $60,000,000 to $80,000,000 worldwide. However, there is no guarantee as to the number of projects which may be offered under any resulting contract(s). Contract length shall be for a two year period, with the option for up to five additional one years extensions. The selected firm must have a team capable of providing multi-disciplinary construction management services including architecture, mechanical, electrical, structural, civil, and environmental engineering. The selection criteria are divided into seven (7) categories (listed in relative order of importance). Interested firms must provide the information for each category below (in indicated order) in Section 10 of the SF 255. 1) Multiple Site Construction Management Program Experience Briefly describe the firm's experience with multiple site construction management programs in the last five years. For each building program provide a description of the program, discuss the construction management team, organization structure (in-house, consultants, and/or joint-venture), building type(s) in each program, average number of sites under construction at one time, and total construction sites. Indicate any challenges the firm has faced and resolved to the mutual reward of the firm and its customers. Provide information about the projects, including points of contacts, telephone numbers, and other relevant information.2) Staff Qualifications -- Indicate qualifications and availability of firm's in-house staff and successful joint ventures partners in the past five years and consultants to provide necessary licensed professional support; construction management personnel, and data base administrator. If the availability of experienced personnel is contingent upon receiving a contract award, so state. 3) Building Type Experience -- Indicate firm's construction management experience with similar facility types identified above (listed in order of importance) provide specific examples of the types and sizes of projects completed in the last five years. 4) Performance on Past Construction Management -- Describe firm's project control methodologies and provide supporting data for each program and provide supporting data. Include a narrative, which demonstrates the firm's commitment to controlling project cost, modifications, delays/extensions, value engineering, and use of critical path method charts. Submit sample overall program management plan with SF 255 & SF 254. 5) DOD Construction Management Experience -- Describe firm's construction management experience with each of the following types of Government funded construction projects in the last five years: Nonappropriated Funds (NAF), Air Force, Department of Defense, and other Federal Government construction projects. 6) Management Information Control System (MICS) -- Describe currently deployed centralized computerized management information control system software list key software features, indicate proprietary/nonproprietary (we prefer nonproprietary commercially available off the self MICS software), include sample of reports available, hardware requirements, and deployment (indicate number of multiple sites & number of single sites). 7) Program Quality Assurance Methodology -- Describe firm's quality control methodologies. Include a narrative, which demonstrates the firm's commitment to controlling project quality through a written plan which addresses procedures for standard activities and approval process, provides formal training, uses project specific jobsite manuals, and develop lesson learned. Submit sample quality control plan with SF 255 & SF 254. Firms participating in the Air Force Services facilities design/build projects currently under contract as member of a design team and firms, employees, and consultants/subcontractors who are involved in Air Force NAF needs assessment studies are ineligible for award of a contract under this requirement. Firms desiring consideration must submit six (6) packages containing the Standard Form (SF) 254 and 255 data, with the information addressing the selection criteria (above) and additional attachments as desired. Send the package to arrive at the following address not later than the close of business, 25 Aug 2001: Roy H. Rainey, AFNAFPO, 9504 IH 35 North, Suite 370, San Antonio, TX 78233-6636. Address technical questions to this individual at Fax 210-652-6309 or via e-mail. Include SF Forms 254 AE and Related Services Questionnaire, and 255(s) A-E and Related Services Questionnaire for Specific Projects. Only the 11-92 edition or later of the SF Forms 254 and 255 will be accepted. Be sure to complete these forms fully to demonstrate the firm's capabilities in that the technical selection panel is not required to request additional information after receipt of the package. No other general notification to firms under consideration for this project will be made and no further action beyond submittal of SF 255, SF 254(s), is required. As part of the evaluation process, the Government reserves the right to hold interviews at the Air Force Services Agency in San Antonio TX or by telephone/video teleconferencing with a part or all respondents. During the interview, the Government reserves the right to require the firm to demonstrate the proposed MICS software. This is not a request for proposals but rather a request for the submission of qualification packages. This is a nonappropriated fund requirement and does not involve appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This requirement does not involve Federal tax dollars.
- Web Link
- There is no request for proposal (send questions to (http://www.afsv.af.mil/svc or http;/www.afnafpo.com)
- Record
- Loren Data Corp. 20010726/CSOL004.HTM (W-205 SN50S8H3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|