Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2002 FBO #0383
SOLICITATION NOTICE

C -- Open End Architect-Engineer Services

Notice Date
12/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
F11623-03-T-0003
 
Archive Date
2/4/2003
 
Point of Contact
Roy Allen, Contract Specialist, Phone 618-256-9301, Fax 618-256-2652, - Thaddeus Willoughby, Contract Specialist, Phone 618-256-9300, Fax 618-256-2652,
 
E-Mail Address
roy.allen@scott.af.mil, thaddeus.willoughby@scott.af.mil
 
Description
This is a Synopsis for open end Architect-Engineer (A-E) Contract, Multidisciplinary A-E, Title I and II, Base Comprehensive Plans, and Other A-E services for Commercial/Industrial type activities as Scott AFB IL. Title I services are related to a specific construction project and consist of conducting field surveys and investigations to obtain design data, investigative reports, economic analyses, design, and preparing contract plans, specifications, cost estimates, and contract schedules in hard copies and in Electronic format. Work includes requirements for collection and delivery of geo-referenced geo-spatial data through survey-grade Global Position Systems (GPS) or comparable traditional survey methods as required. Deliverables that involve maps or other geo-spatial data must be delivered in a geo-referenced GIS (Geographic Information System) format, for example ESRI ArcView Shapefiles. Detailed specifications will be outlined accordingly in each contract delivery order. Title II services are related to a specific or proposed constructions project and consists of supervision and inspection of construction. Base Comprehensive Plans consist of conduction field surveys and investigations to obtain data and producing Air Base development plans. Other A-E services 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. The indefinite delivery contract will have a maximum monetary limit of $750,000 per year against which individual delivery orders up to $299,000 may be written during a 12-month period. The contract may be renewed for Four (4) additional option years. Up to Five (5) open end A-E contracts may be awarded as a result of this synopsis. Typical work includes, but is not limited to: (1) Base Office and Industrial Building Repair and Construction, (2) Base Infrastructure Revitalization for Airfield, Road, Electric, Sewer, and Water Systems, (3) Airfield Repair and Construction, (4) Force Protection Construction, (5) Housing Repair and Construction, (6) Medical Center Repair and Construction, (7) Heating and Air Conditioning, (8) Energy Conservation, (9) Roofing, (10) Landscaping, (11) Construction Inspection, Submittal Review, and Contract Modifications, (12) Project and Base Planning, and (13) Environmental Support for Site, Asbestos, Polychlorinated Biphenyl, and Lead Testing, Special Studies, Surveys, and Statements of Work for Contract. The criteria, in the relative order of importance, which will be the basis for selecting firms, are: (a) Firm Experience, (b) Experienced Personnel, (c) Specialized Experience, (d) Firm Capacity, (e) Past Performance, (f) Firm Location, (g) Equitable Distribution, (h) Design Approach, and Energy Conservation, (i) Ability to provide final electronic documents in accordance with established Government standards. Firms desiring considerations will submit SF 254 and SF 255 and the appropriate data. Responses received 30 days from the date of this issue will be considered for selection. This is not a Request for Proposal.
 
Place of Performance
Address: Scott Air Force Base, Illinois
Zip Code: 62225
Country: USA
 
Record
SN00226056-W 20021220/021218213523 (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 |
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.