SOURCES SOUGHT
C -- Architect-Engineer Services
- Notice Date
- 11/2/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-10-R-0001
- Archive Date
- 12/17/2009
- Point of Contact
- Donald Kalivoda, Phone: 412-474-8127, Daniel C. Lucci, Phone: 412-474-8119
- E-Mail Address
-
donald.kalivoda@pittsburgh.af.mil, daniel.lucci@pittsburgh.af.mil
(donald.kalivoda@pittsburgh.af.mil, daniel.lucci@pittsburgh.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The 911th Airlift Wing, Pittsburgh IAP ARS, Coraopolis, PA 15108, requires Architect-Engineer (A&E) Services and intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract where the work will be required on an "as-needed" basis. Potential projects will require multi-discipline engineering services for alteration, repair, maintenance and design involving various commercial or industrial type facilities. The contract will be awarded for one (1) basic year and will contain an option to extend the contract for four (4) additional one year periods. The contract's maximum monetary limit is $750,000 per year, with a minimum $5,000 guaranteed only in the basic year, and against which individual orders up to $299,000 may be written during the life of the contract. A Firm Fixed-Price (FFP) contract will be awarded. SCOPE OF SERVICES: The scope of design services may include, but not be limited to; architectural, civil, structural, mechanical, electrical, LEED Accredited Professional, geotechnical, topographical, facility commissioning services, environmental for design of new construction and repair and alteration of multi-use facilities, utilities, pavements etc. Expected A&E services may require any combination of the following: Type A investigative, project concept development, studies etc.; Type B design (B services shall not exceed the 6% statutory fee limitation); Type C, professional inspection, construction surveillance support services, on-site construction inspection, and code and criteria review. The ID/IQ contract may require the preparation of engineering type studies, facility project books, and Operation & Maintenance Manuals and/or design-build performance statements of work. The initial proposed project is intended to be "Maintain/Repair Medical Training Facility, Bldg 220". Firms should not limit their work experience or qualifications to the initial proposed project. SELECTION CRITERIA: Selection of the firm will be IAW Subpart 36.602 of the Federal Acquisition Regulation. Upon completion of the selection process, negotiations will be conducted to establish desired Architect-Engineering disciplines hourly rates, direct, indirect and general and administrative overhead rates, profit and other cost elements. Interested A/E Firms shall be evaluated on the following evaluation factors and selection criteria, included in descending order of importance; 1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time, to include the firm's ability and experience in computer-assisted design; (4) Location in the general geographical area of the facilities requiring services and knowledge of code requirements in the locality of the potential projects; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Volume of work awarded by DoD during the previous 12 months. This announcement is open to firms regardless of business size. If a large business is selected it must comply with FAR 52.219-9, however a subcontracting plan is not required for this submittal. The North American Industry Classification System (NAICS) code for this action is 541310. The Small Business size standard is $4,500,000. SUBMISSION REQUIREMENTS: Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits by A/E firms, for the purpose of discussing this announcement or the Submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to contract award, the selected firm must be registered in the Central Contractor Registration (CCR) and submit Online Representations and Certifications Application (ORCA), per FAC 2001-26 and the Federal Register. This is NOT a Request for Proposal. Interested firms shall submit One (1) copy of the SF 330 (Parts I and II), to the 911th Airlift Wing, Operational Contracting Office CONF/LGC, Pittsburgh IAP ARS, 2375 Defense Avenue, Coraopolis, PA 15108-4495, Attention Mr. Don Kalivoda, 412-474-8127, e-mail to donald.kalivoda@pittsburgh.af.mil. Firms responding within thirty (30) calendar days of the posting shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/911AWLGC/FA6712-10-R-0001/listing.html)
- Place of Performance
- Address: 911th Airlift Wing, Pittsburgh IAP ARS, 2375 Defense Avenue, Coraopolis, Pennsylvania, 151084495, United States
- Zip Code: 84495
- Zip Code: 84495
- Record
- SN01996661-W 20091104/091102235434-0b9cb73946422194dd5288bf49671a47 (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 |