SOLICITATION NOTICE
C -- C--Indenfinite Delivery Indefinite Quantity Multidisciplinary Architect Engineer Contract for the Puerto Rico Air National Guard
- Notice Date
- 6/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 156th LS/LGC Muniz Air National Guard, 200 Jose A. (Tony) Santana Ave., Carolina, PR 00979-1514
- ZIP Code
- 00979-1514
- Solicitation Number
- W912LR-05-R-0012
- Response Due
- 7/29/2005
- Archive Date
- 9/27/2005
- Small Business Set-Aside
- 8a Competitive
- Description
- This is a combined synopsis/solicitation for Architect/Engineer services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. CONTRACT INFORMATION: Architectural and Engineering (A-E) Multiple-Award Indefinite Delivery/Quantity (ID/IQ) Services. The work requires Multi-Discipline professional A-E Services for various projects located at the Muniz Air National guard Base Puerto Rico. Work includes production of drawings, specificat ions, and construction inspection services as required to execute construction projects. Work may also include fact-finding studies, surveys, and investigations in support of designated activities. Proposed contracts will have a base period of one (1) year , plus four (2) additional one-year option periods. Anticipated award of the contracts is August 2005. The maximum amount paid for each delivery order shall not exceed $150,000. However, the contracting officer may elect to exceed this amount if it is dete rmined appropriate. The cumulative amount of delivery orders shall not exceed $500,000 per year per contract. The Government guarantees a minimum contract amount of $5,000. A Request for Proposal (RFP) will be issued to the 4th / 6th Top Ranked Firms as de termined by the Selection Board(s) based upon the Selection Criteria and Interviews. One contract will be set-aside for SMALL BUSINESS 8A PROGRAM and one contract will be set aside for small disadvantaged businesses. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. Application for CCR registration may be obtained online at the following Internet address: http://www.ccr.gov. PROJECT INFORMATION: Typical work may includ e, but is not limited to: (a) New, Alteration/addition and/or repair/maintenance of utilities, ground, roads, airfield pavements, aprons and taxiways, buildings, and structures to include control towers and hangers; (b) Heating and air conditioning systems ; and (c) Building electrical systems. SELECTION CRITERIA: Selection criteria to be used in selecting firms include the following listed in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required s ervices. The specific disciplines to be evaluated are architects and the following engineering disciplines: Civil, Electrical (Communications), Mechanical, Structural, Fire Protection, Environmental, and Project Management. (2) Specialized experience and t echnical competence in the type of work required; namely, building renovations and general interior administrative space layouts, systems furniture, hazardous material storage, HVAC upgrades, Direct Digital Control (DDC) systems, primary and interior power distribution upgrades, water distribution systems, airfield pavement projects, rehabilitation and/or replacement of flexible pavements, fire suppression systems to include hangar fire suppression systems, automatic fire alarm systems, security systems, an d some environmental remediation. Therefore the A-E is requested to provide in the statement of qualifications, projects that demonstrate experience with projects of the noted features. (3) Capacity to accomplish the work in the required time; namely, an a ccelerated design schedule. The A-E will be required to provide complete designs in preferably six months, but not more than nine months to include all required governmental reviews. A-E is required to produce evidence of previous experience to meet short design schedules with comparable projects. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area o f the region; namely Puerto Rico and knowledge of the locality of the region, provided that application of the criterion leaves an appropriate number of qualifi ed firms. These criteria will apply to the office in which the majority of the design services will be performed. Identify this office on the statement of qualifications. (6) The volume of work previously awarded to the firm by the Department of Defense du ring the previous 12 calendar months. The A-E shall provide information regarding the cost of projects and A-E fees during this 12-month period. (7) The extent to which potential firms identify and commit to Small Business (SB) and Small Disadvantaged Business (SDB), Historically Black C college or University (HBCU) or Minority Institution (MI) performance of the contract. (8) Demonstrating success in prescribing Leadership in Energy and Environmental Design (LEED) certification for design. The A-E shal l identify on the statement of qualifications projects where the firm has comparable projects LEED certified. Criteria 1 to 4 are considered primary, criteria 5-8 are considered secondary. SUBMISSION REQUIREMENTS: See Numbered Note 25 for general submissio n requirements. Those firms meeting ALL requirements described in this announcement and wishing to be considered by this office must submit Standard Form (SF) 330 to 156MSG/MSC Muniz Air National Guard Base, ATTN: Base Contracting Office, 200 Jose A (Tony) Santana ave. Building 11 Office 4, Carolina, Pr 00979-1502. POC: SMSgt Henry Castrodad at 787-253-5238 or MSgt Hector Lopez at 787-253-7438 or TSgt Kenneth Matos at 787-253-7537. Only those SF 330's submitted for this project will be considered. No ot her general notifications of this project will be made. No other action beyond submission of the standard forms is required or encouraged. Only responses received within 45 days (including the date of this notice) will be considered. No Exceptions. Should the due date fall on a weekend or holiday, the forms shall be due the first working day thereafter. Submittals received by FAX will not be accepted and will be considered non-responsive. This is Not a Request for Proposal (RFP). Site visits will not be arr anged during the submittal period. The Standard Industrial Code (SIC) Code is 8712 and the North American Industry Classification Code (NAICS) Code is 541310. This will be a restricted procurement. Point of Contact SMSgt Henry Castrodad, 787-253-5238 MSgt Hector A. Lopez 787-253-7438 TSgt Kenneth Matos 787-253-7537 E-Mail your questions at Henry.Castrodad@prsanj.ang.af.mil, hector.lopez@prsanj.ang.af.mil, kenneth.matos@prsanj.ang.af.mil
- Place of Performance
- Address: 156th MSG/MSC Muniz Air National Guard Base 200 Jose A. (Tony) Santana Ave., Carolina PR
- Zip Code: 00979-1514
- Country: US
- Zip Code: 00979-1514
- Record
- SN00824116-W 20050609/050607212004 (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 |