Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2007 FBO #1998
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract(s) for Air Force Services (Lodging Projects Only)

Notice Date
5/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force Services Agency, HQ AFSVA - AFNAFPO, 10100 Reunion Place, Ste 304, San Antonio, TX, 78216-4138, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F41999-07-R-6091
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
Description
The Air Force Nonappropriated Fund Purchasing Office (AFNAFPO) proposes to acquire architect-engineer (A-E) services in support of the Headquarters Air Force Services Agency (HQ AFSVA) Nonappropriated Fund (NAF) construction program under multiple Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts for design of lodging projects. The A-E firm's primary business shall be architectural design with a focus on projects with a construction cost in the $10-50 million range, with the capability of providing or subcontracting engineering and other specialty disciplines/services, as necessary. Site locations for these projects may be at any Air Force base throughout the world although predominately within the continental United States (inclusive of Alaska, Hawaii, and Guam). Projects offered to contract awardees for negotiation are on a non-exclusive basis and at the sole discretion of the AFNAFPO contracting officer. The projects may require the following services including, but not limited to: 1) Engineering review, 2) Planning, 3) Architectural programming, 4) Schematic design, 5) Design development, 6) Solicitation document preparation, 7) Landscape Design, 8) Interior Design, 9) Construction Cost Estimating, 10) Construction administration/management, and/or observation as a representative of the Air Force, 11) Value engineering, and 12) Air Force Design Guides, etc. The projects may include any part or all of the Title I, Type A and B services and/or Title II, Type C services, and cover full design efforts (with or without Type C services). Projects include new, renovation, and add/alter projects, and may be traditional design-bid-build or design-build conceptual designs. This work shall be in support of the NAF design and construction in the broad area of Air Force lodging projects for visitor?s quarters, temporary lodging facilities, and/or other related projects. Individual project construction costs generally range from $10-50 million although some projects may exceed $50M threshold. The selection criteria are divided into seven categories (listed in order of importance). Interested A-E firms must provide the information for each category below: 1) Architectural firm?s direct experience as the Architect of Record on mid-priced full service commercial hotel and extended stay hospitality projects. The SF 330 must site projects constructed within the cost range identified in the FedBizOpps announcement to demonstrate the firm?s ability to design lodging facilities for the private sector. Specific examples of the type and sizes of such projects performed over the last 10 years must be identified for comparison to project types and sizes provided in the announcement. 2) Key Staff Professional Experience/Expertise. The SF 330 and supplemental information must demonstrate that the team has worked together on lodging projects. Provide the following supplemental information; a) Average tenure of the Project Manager, Lead Architect, and Production Manager with the firm, b) Lead Architect?s r?sum?, which sites individual experience with building types and performance of DoD projects., c) Project Manager(s) r?sum? demonstrating experience with DoD projects/programs and list of specified building type/programs, and d) R?sum? of Production Manger demonstrating experience with DoD project/programs. 3) Architectural firm?s direct experience as the Architect of Record on NAF Air Force projects. The firm must demonstrate its ability to design the listed facilities within the cost range identified and provide examples of the types and sizes of NAF Air Force projects constructed in the last 10 years. 4) Firm?s Direct Architectural Design Capacity. The SF 330 must indicate that the full-time staff at the firm?s Key Office (location of Lead Architect) has adequate Registered Architects, Intern-Architects (do not list Intern-Architect as CADD Operators), and Technical CADD operators. Supplemental information must include ratio of registered architects and intern-architects to all office staff for each office, and number of registered architects in each office. 5) Past Performance. In addition to information included elsewhere herein, the firm must provide sufficient past performance data for the selection panels to rate the firm's performance. The evaluation may take into account all sources of information which provide an insight into the firm's ability to complete design projects, including in part, the Architect-Engineer Contract Administration Support System (ACASS)/ Past Performance Information Retrieval System (PPIRS) website. Panel members will determine a consensus of the firm's past experience based on all available evidence regarding performance, including consultants and subcontractors; 6) Ability to Meet Client?s Needs. The firm must provide supplemental information to the SF 330 that demonstrates each of the following subcategories: a) Cost estimation capabilities, b) Project Manager and/or Lead Architect(s) design charrette experience; c) Firm?s design experience with regional/national project sites, d) Firm?s experience with prototype facility design, e) architectural design awards, and f) Firm?s experience with design for security, anti-terrorism and force protection; and 7) Engineering and Consultant Support. The SF 330 and supplemental resumes for key consultants must demonstrate experience and quality of service related to facility type design, DoD design; and shall also indicate how long the firm has utilized the consultant. Information must be provided for all key consultants, including but not limited to, Mechanical, Electrical and Plumbing, Structural, Food Service, Landscaping, Cost Estimating, Fire Protection, and Interior Design. Interested A-E firms must submit three copies of the submittal. Submittals must address the requirements listed in the basic SF 330, and supplemental information that specifically addresses the seven categories of selection criteria listed above (in numerical order). All other information must be confined to the appendix. Failure to address all selection criteria in the supplemental information section, may result in no credit earned for that factor. The review panels are not required to search through a submittal?s appendix for evaluation criteria. Provide tabbed sections as appropriate. The selection panels are not required to request or accept additional information after receipt of a package. Firms submitting packages that are deficient in terms of compliance with the requirements of this advertisement may be rejected prior to the commencement of evaluations. The selection panels will rely upon the SF 330 package and information in the appendix for general information but the supplemental information must contain all information which is associated with the above evaluation criteria for rating the firm. THE RESPONSE FOR EACH OF THE SEVEN FACTORS MUST BE COMPLETE (WHETHER THE RESPONSE IS REDUNDANT FROM A PRIOR OR SUBSEQUENT FACTOR, I.E. YOU MAY HAVE TO REITERATE THE SAME INFORMATION IN MORE THAN ONE OF THE FACTORS TO FULLY DESCRIBE THE FIRM'S QUALIFICATIONS). DO NOT REFER TO THE SF 330 OR THE APPENDIX WHEN RESPONDING TO THE EVALUATION FACTORS BUT INCLUDE THE INFORMATION IN ITS ENTIRETY IN THE SUPPLEMENTAL INFORMATION. Provide a signed cover letter identifying ?All information provided in this submittal is true and accurate." Discussions may be held with the highest rated firms having a realistic opportunity for contract award. Multiple awards may be made as a result of this selection process. Contract length shall not exceed two years, but may be extended for up to five additional years. Complete responses to this announcement must arrive at the following address not later than the close of business (4:30 p.m. CDST [local time]), 27 June 2007: Roy H. Rainey, AFNAFPO, 10100 Reunion Place, Suite 304, San Antonio, TX 78216-4138. Direct questions to the above individual at 210-652-6931 or via e-mail to Roy.Rainey@randolph.af.mil. 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.
 
Place of Performance
Address: Various Bases throughout the world
Zip Code: 78216-4138
Country: UNITED STATES
 
Record
SN01295016-W 20070517/070515221014 (fbodaily.com)
 
Source
FedBizOpps 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.