SOURCES SOUGHT
C -- Architectural Services
- Notice Date
- 8/18/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- FA4417-09-R-0048
- Point of Contact
- Monique Pelletier, Phone: 8508846613, Gail E Speir, Phone: 850-884-1252
- E-Mail Address
-
monique.pelletier@hurlburt.af.mil, gail.speir@hurlburt.af.mil
(monique.pelletier@hurlburt.af.mil, gail.speir@hurlburt.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 1st Special Operations Contracting Squadron at Hurlburt Field, FL is seeking qualified architectural firms to perform design services on all disciplines to include architectural, civil, structural, mechanical, electrical and environmental. The submitting firms need to include all architectural and engineering disciplines either in-house or by consultant. All the proposed consultants will need to be included in the Standard Form 330 dated 06/2004. NAICS Code is 541310, Architectural Services with a business standard of 4.5 Million. It is anticipated that two (2) contracts will be awarded from this announcement. The primary services will be to provide designs for new or renovated facilities, to include, but not limited to: field investigations, topographic surveys, soil borings, geotechnical analysis and reports, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and testing, schematic design, design development, value engineering, cost estimating, storm water, domestic water and waste water permits, and preparation of specification and construction contract documents for Hurlburt Field and other stateside Air Force Special Operation Command facilities. Other services may include project programming; site, utility, traffic, and facility planning studies and preparation of environmental studies, reports, or permit preparation. Delivery orders will require architectural and all major engineering disciplines such as civil, structural, mechanical, electrical and environmental. The factors to be used in A-E selection will include: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in performing design on AF or DOD IDIQ type contracts. The type of services can include: a) Design services: schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; b) Investigation services: topographic surveys, geotechnical analysis, and reports, investigation of existing building conditions, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and studies; c). Planning services; site, utility, infrastructure; traffic and facility planning studies and analysis. Experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials; (3) Capacity of the firm to accomplish the work in the required time; and (4) past performance history on DoD and other contracts in terms of quality of work, cost control and compliance with performance schedules. Factors one (1) through (4) during evaluation are equal in importance. (5) Geographic proximity to Hurlburt Field, provided the application of the criteria leaves an appropriate number of qualified firms from which to make selections; (6) Volume of work previously awarded to the firm by DoD in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. Consideration will be given to small business concerns, historically black colleges and universities and minority institutions that have not had prior DoD contracts subject to the 6 factors above. Include the following statement in submittal Section H, “Additional Information” on Standard Form (SF) 330's: "This firm/joint venture has been awarded $xxx,xxx of DoD fees in the twelve months preceding the date of this ”; and (7) Extent to which potential contractors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution performance of the contract, as subcontractors. A-E firms shall provide a list of proposed subcontractors and consultants, to include business size and socioeconomic status. Prior to award of a contract, the selected firm, if not a small business concern, shall be required to present an acceptable small business, small disadvantaged business, and women-owned small business Subcontracting Plan. Factors five (5) through (7) are listed in descending order of importance Firms desiring consideration must submit an original Standard Form 330 along with two (2) copies. Standard Form 330, Section F, include project owners name, point of contact, address, phone numbers and fax numbers. This information may be used to send out surveys to the owners to determine the firms past performance. Please verify that the owner’s point of contact currently works for the owner and the contact numbers are correct. Responses should address only specific items requested in this announcement and Standard Form 330. Extraneous information will not be reviewed. A-E selected is guaranteed a minimum of $15,000.00 in fees during the basic year of the contract. The A-E fee for any one delivery order may not exceed $299,000.00. The total contract value shall not exceed $1,975,000. This amount includes a base year amount of $395,000 along with four (4) subsequent option years. This is not a request for proposal. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately on www.ccr.gov in order to be eligible for timely award. Responses must be received on or before Thursday, September 17, 2009, 2:00 p.m. CST to be considered for selection. Submittals should be sent to 1 SOCONS/LGCB, Attn: Ms. Monique Pelletier, 350 Tully Street, Hurlburt Field, FL 32544-5244.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-09-R-0048/listing.html)
- Place of Performance
- Address: Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN01916392-W 20090820/090819000955-aed30c83d4455efea74254bb7dad05c2 (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 |