Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2011 FBO #3627
SOLICITATION NOTICE

C -- Open-end Architect-Engineer (A-E) Services

Notice Date
10/28/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-11-R-0107
 
Point of Contact
Marguerite Holbein-Stephenson, Phone: 7074247765, E. JaneBailey, Phone: 707-424-7749
 
E-Mail Address
marguerite.holbein-stephenson@us.af.mil, jane.bailey@travis.af.mil
(marguerite.holbein-stephenson@us.af.mil, jane.bailey@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Open-end Architect-Engineer (A-E) Services at Travis AFB, CA. Travis AFB is seeking two (2) qualified firms to provide open-end A-E contract services for maintenance, repair, and alteration of base facilities, pavements & airfields and/or Title II Services.. Projects will require multi-disciplined engineering services for commercial/industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023. Services include, but are not limited to production of designs, plans, specifications, drawings, life cycle cost analysis, and cost estimates; conduct fact-finding studies, surveys, investigations; development of design criteria, standard designs and other professional A-E Services not necessarily connected with a specific construction project; and supervision/inspection of projects under construction. These services include: (a) Planning services, site, utility, infrastructure, traffic, and facility utilization and planning studies and analysis. (b) Investigative services, topographic surveys, geotechnical analysis and reports, investigation of existing facility conditions, environmental surveys and studies, including hazardous materials (asbestos, lead based paint, etc.). (c) Design services, schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents, and comprehensive interior design. (d) Construction supervision and inspection services, construction observation, inspection, review of submittals, site visits, consultation services during contractor preparation of operation and maintenance manuals and preparation of as-built drawings. (e) Base Comprehensive Planning, consisting of conducting field surveys and investigations to obtain data and producing Air Base development plans. (f) Other services including design and construction related services that are not connected with a specific construction project, consisting of developing design criteria, fact-finding studies, investigations and the performance of environmental projects involving compliance, prevention, and restoration when the services of registered architects and engineers are required. The contract will provide a basic period of performance with option for four (4) additional twelve month periods consisting of same terms and conditions. The maximum fee for any one Task Order shall not exceed $500,000 with a cumulative amount for all task orders in any one-year period not to exceed $1,000,000. A minimum of $5,000 in fees paid is guaranteed over the life of the contract. The contract will be fixed price. All work shall be performed on Travis AFB and its remote site. Firms will be evaluated using the following criteria. Criteria numbers are shown in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services including professional registration of members of the firm. (2) Specialized experience and technical competence and demonstrated understanding of the unique design requirements associated with maintenance, repair, and alteration and new construction projects to include roads, utilities, aviation facilities, and sustainable design practices. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government or private industry in terms of cost control (describe the process and qualifications of key persons responsible), quality of work, and process for compliance with performance schedules (and key individual responsible). List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry for each contract. (5) Geographic proximity to Travis AFB and knowledge of the local area; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects. (6) Volume of work awarded to the firm by the DoD during the previous twelve months. A-E firms which meet the requirements described in this announcement are invited to submit three (3) completed copies of Standard Forms; SF 330 Part I, Architect-Engineer Qualifications Contract Specific Qualifications and Part II, Architect-Engineer Qualifications - General Qualifications. All information relating to the firms' qualifications must be contained in the Standard Form 330, information may not be incorporated by reference into the Standard Form 330. Firms may copy form pages to submit however submission shall not exceed 40 pages. Interested firms responding to this announcement NLT 10:00 A.M. PST, 30 calendar days from the date of publication of this announcement will be considered. If the closing date is a holiday or weekend, closing will be extended to the close of business on the next business day. Prior to contacting the ombudsman, please contact E. Jane Bailey or Maggie Holbein-Stephenson by commercial phone 707-424-7749/707-424-5189, or by e-mail: elizabeth.bailey@us.af.mil or marguerite.holbein-stephenson@us.af.mil. Per AFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer, Ms. E. Jane bailey (707-424-7749) for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other process (e.g. agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCON/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703)588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FA4427-11-R-0107/listing.html)
 
Place of Performance
Address: 60th Contracting Squadron, 350 Hangar Avenue Bldg 549, TRAVIS AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02614297-W 20111030/111028233640-96e5a5a1fa4775072ad3fd373a594848 (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.