Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
MODIFICATION

C -- Multidisciplinary Architect-Engineering Services for an Indefinite Delivery Contract for McGhee Tyson Air National Guard Base, Alcoa, Tennessee, and other Air and Army National Guard Units, and also Navy and Marine Units

Notice Date
3/24/2003
 
Notice Type
Modification
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
DAHA40-03-R-0003
 
Response Due
4/28/2003
 
Archive Date
6/27/2003
 
Point of Contact
John Anders, 615-313-0781
 
E-Mail Address
Email your questions to USPFO for Tennessee
(john.anders@tn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This Pre-Solicitation Notice modifies Modification 01 for the Pre-Solicitation Notice published on the Federal Business Opportunities Web Site March 20, 2003. The Solicitation Notice for this project will be issued on March 28, 2003. The SF 254s and SF 255 s are due no later than 4:30 p.m. Central Standard Time, April 28, 2003. Submit three (3) copies of the SF254s and SF 255s to the United States Property And Fiscal Office (USPFO) for Tennessee, Attention: CPT John W. Anders, P.O. Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748. Scope of Services: Perform Type A, B, & C, Architectural and Engineering services. These services will be required for an undetermined number of projects of varying size and complexity. The types of projects could generally include facility rehabilitation projects, possibly some facility additions, and some new facility construction projects, Base Master Plan updates; paving projects ranging from parking lots to runways and new construction and repair of existing pavements; repair/replacement of boilers and hydronic heating systems; electrical distribution system repairs and modifications; construction or alterations to Petroleum, Oil, and Lubricants (POL) handling and storage facilities; Incorporate Anti-Terrorism / Force Pr otection (AT/FP) measures, and utilization of the concept of Sustainable Design. Cost Range: (construction cost): The contract will have a maximum cumulative fee of $2,000,000.00 per year with each deliver order not to exceed $550,000.00. Since the resulti ng contract will be awarded as regional contract, the annual $2,000,000.00 contract ceiling amount limitation shall apply to each state or entity annually. The contract will contain a minimum guaranteed fee of $5,000.00. Request qualified Architect-Engine er consulting services to perform Type A (investigative), Type B (design), and option for Type C (construction surveillance and inspection) services for the above described range of projects. Type A Services shall include, but not be limited to, topographi c surveys, aerial surveys, utility surveys, cathodic protection surveys, soil borings, soils analysis, testing and test reports, environmental testing, study and analysis, making presentations, and other fact-finding investigations. Other functions, such a s determination of permitting requirements, clarifying user requirements, economic feasibility studies, value engineering proposals, developing initial programming studies and documentation including DD 1391s, developing scopes of programmed projects, ener gy efficiency and conservation study and analysis, shall be provided as required. Type B Services shall include engineering calculations and analyses, complete design, statements of probable cost, complete detailed construction documents of such quality an d completeness as to be competitively bid by contractors. Type C Services (option exercised at the time of project construction) shall include personnel, equipment and materials necessary to perform material data and shop drawing reviews, complete construc tion compliance inspection and material testing as required in the construction documents. The services under this option, if exercised, will not commence until the start of construction for each project. If a Large Business Contractor is awarded this cont ract, a subcontracting plan shall be required in accordance with FAR 19.7. The firm awarded this contract shall be registered in the Central Contractor Registration (CCR) System in accordance with DFAR 204.7302 Policy. A-E selection will be based on the fo llowing criteria listed in order of importance: 1. Professional Qualifications: The qualifications of the individuals that will be used for these services will be examined for experience and education. The project team should include the following engineer ing disciplines: Mechanical, Electrical, Civil, Architectural, Structural, and Environmental. 2. Specialized Experience: Since this contract is expected to inco rporate a wide range of military projects, similar experience will be evaluated. Specific experience with HVAC design, paving design, fire detection and suppression system design, roofing design, electrical system design, Petroleum, Oil, and Lubricants (PO L) handling and storage facilities, Anti-Terrorism / Force Protection (AT/FP) measures, knowledge of the locality, and facility rehabilitation design will be evaluated. Where appropriate, success in prescribing the use of recovered materials and also in ac hieving waste reduction, pollution prevention, and energy conservation will be evaluated. 3. Capacity to Accomplish the Work in the Required Time: The general workload and staffing capacity of the design office will be evaluated. The A-E firm?s ability to respond to the Government?s needs will also be evaluated under this category. 4. Past Performance: The past performance of the A-E firm on projects for Government (federal, state, local) agencies and private industry in terms of cost control, quality of wo rk, and compliance with performance schedules will be examined. 5. Location of A-E Firms: The geographic proximity of each A-E firm to McGhee Tyson Air National Guard Base will be evaluated. The prime firm and major subcontractors should be located within a thirty (30) mile radius to McGhee Tyson Air National Guard Base. Specialized subcontractors not having a major impact on design or on construction management need not fall within this criterion but should have a thorough knowledge of local conditions. 6. Volume of DoD Work: The volume of DoD work the A-E firm was awarded during the previous twelve (12) months will be considered. The A-E firm is requested to identify this information on the SF 254. Absence of this information could impact the evaluation. The objective is to provide an equitable distribution of DoD A-E contracts among qualified A-E firms, including small disadvantaged firms and firms that have not had prior DoD contracts. In addition, the volume of DoD work and extent to which potential contractors have utilized small businesses, small disadvantaged businesses, historically black colleges/universities, or minority institutions, whether as a joint venture, teaming arrangement, or subcontractor. Superior performance evaluations on recently completed DoD contracts will be considered. Architect-Engineer firms which meet the requirements described in this announcement and wish to be considered for selection are invited to submit, to the Contracting Officer within thirty (30) calendar days from the date of solicitation announcement in the Federal Business Opportunities, the following documents: 1. A complete Standard Form (SF) 254, U.S. Government Architect-Engineer Services Questionnaire. If a current (less than one calendar year old) SF 254 ha s been previously submitted to the USPFO office of Tennessee, then it is not mandatory to resubmit. However, a letter stating that a current SF 254 is on file and that the firm is interested in being considered for the project must be submitted to the USPF O office of Tennessee within the prescribed time frame to assure consideration. 2. A SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Firms with more than one office must indicate on the SF 255 the office out of which the work will be performed and the staffing composition of that office. Also, firms responding to this announcement must state in Block #5 on page 3 of their SF 255, the size status of their firm. Email any questions to USPFO for Tennessee at john.anders@tn.n gb.army.mil The Government proposes to enter into firm fixed price delivery orders for these services under this contract. This project is open to large as well as small business firms (unrestricted). This contract will be written for an initial performanc e period of one year and will include an option for a renewal for four additional years.
 
Record
SN00286332-W 20030326/030324213606 (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.