SOLICITATION NOTICE
C -- Architect and Engineering services for utility privatization & other programs for HQ AFCESA
- Notice Date
- 6/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F08637-02-R-6002
- Response Due
- 7/29/2002
- Archive Date
- 8/13/2002
- Point of Contact
- LaToya Brown, Contract Specialist, Phone 850-283-2593, Fax 850-283-8491, - John Sanderson, Contract Specialist, Phone 8502838667, Fax 8502838491,
- E-Mail Address
-
latoya.brown@tyndall.af.mil, john.sanderson@tyndall.af.mil
- Description
- The Air Force Civil Engineer Support Agency (AFCESA), Tyndall AFB FL, is seeking qualified firms (or joint ventures consisting of one lead firm, with other firms providing support) to provide architect-engineering services in support of Air Force Civil Engineering activities. This engineering support includes cost engineering and analysis, facility design, economic studies, and utility systems revitalization and privatization. The government contemplates the award of two (2) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the above A-E services in the Feb-Mar 2003 time frame. Maximum fees for each of the two highest ranked firms is estimated to be $5 million for the basic year and $5 million for each of four (4) option years, or a total of $25 million for each A-E contract. Individual task orders will not exceed $1 million. Task orders will be issued on an "as required" basis. The guaranteed minimum fee during the life of each contract is $100,000. The work requires multidiscipline architectural and engineering services necessary for the preparation of technical and systems engineering documents supporting requirements worldwide. The architect-engineering work shall consist primarily of cost engineering and analysis (modeling, automation support, and technical training on the automated systems), site surveys, condition assessments, master planning, feasibility studies and economic analyses, utilities privatization, and other technical analyses, training, and documentation necessary to provide engineering support. Firms must have extensive experience in these areas. Other areas include engineering and technical support for investigation, planning, cost estimating, design services, construction supervision for facility and infrastructure projects, fuel system project design and investigation, building power and reliability studies, and the preparation of various long-range and short-range developmental and force protection plans. The anticipated work may also include, but is not limited to, the following: (1) A-E Design Services (schematic design, design development, value engineering, cost estimating, preparation of specifications, drawings, and contract documents) at various installations; (2) Investigative Services (investigation of existing building conditions, utility infrastructure surveys and analyses, topographic surveys, geo-technical analyses, and reports); Surveys and Studies (facility/base surveys and studies, environmental surveys and studies, and hazardous material surveys and studies) (Note: Surveys and studies relating to environmental issues will only be accomplished under this contract when they are a part of a larger, non-environmental engineering effort). Work also includes maintenance and enhancements to existing automated cost engineering systems called Parametric Cost Engineering System (PACES) and Remedial Action Cost Engineering and Requirements (RACER) system; (3) Construction Supervision and Inspection (construction observation and inspection, review of submittals, site visits, consultation services during contractor preparation of operations and maintenance manuals and preparation of as-built drawings); (4) Planning Services (site utility, infrastructure, traffic and facility planning studies, and analyses); Base Plans (Customer Concept Documents (CCD), Requirements Documents (RD), Project Definition (PD), conducting field surveys and investigations to obtain data, and developing long-range/short-range base/facility development plans). Selection of firm/teams for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services described above. Evaluation factors, in descending order of importance: (1) professional qualifications necessary for satisfactory performance of architect-engineering services described above; (2) recent specialized experience in the areas of architect-engineering described above by the professionally registered and qualified personnel who will perform the actual project work (including consultants); (3) capacity of the firm to perform the work in the time required at stateside and overseas locations; (4) past performance history on both DoD and other contracts in terms of quality of work, cost control, and compliance with performance schedules; (5) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (6) volume of work awarded to the firm by the DoD in the last 12 months with the objective of effecting an equitable distribution of A-E contracts among qualified firms; (7) extent of subcontracting to small businesses and small disadvantaged business, historically black colleges, and university, or minority institution performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. No additional information will be given to A-E firms. Firms that meet the requirements described in this announcement are invited to submit a letter of interest and three (3) copies each of completed Standard Forms (SF) 254 and 255 to represent the firm/team. Submission of office brochures is encouraged only to the extent that they graphically substantiate the work specifically described in the SF 254 and SF 255. The submittal shall be limited to 150 pages including the letter of intent, SF 254, SF 255, and all attachments including any office brochures. Not included in the page limitation are sectional dividers/tabs that are solely used to divide the submittal. Any pages that exceed the limitation will not be evaluated. Include the following statement in section 10, SF 255: "This firm/joint venture has been awarded $XXX,XXX of DoD fees in the 12 months preceding the date of this SF 255." This is not a Request For Proposal. The North American Industry Classification System (NAICS) codes are 541310 and 541330. This acquisition is unrestricted. Submittals must be received no later than 3:00 PM central time on 29 July 02. Submittals received after that date will not be considered. Electronic or facsimile submittals will not be accepted.
- Place of Performance
- Address: CONUS AND OCONUS
- Record
- SN00097738-W 20020623/020621213150 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |