MODIFICATION
C -- Architect & Engineering IDIQ Services
- Notice Date
- 6/12/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
- ZIP Code
- 44473-5931
- Solicitation Number
- FA6656-12-Q-0001
- Archive Date
- 9/30/2012
- Point of Contact
- Angela L. Hyser, Phone: (330) 609-1466, Phyllis J. Delgros, Phone: 330-609-1046
- E-Mail Address
-
angela.hyser@us.af.mil, phyllis.delgros@us.af.mil
(angela.hyser@us.af.mil, phyllis.delgros@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Architect-Engineer (A&E) services are required for award of an Indefinite-Delivery Indefinite Quantity (IDIQ) contract for multi-disciplined projects at Youngstown Air Reserve Station, 910th Airlift Wing, Vienna, Ohio (Trumbull County). Each basic IDIQ contract will have a basic ordering period of one (1) year with a Government option of four (4) additional years. The basic IDIQ will be structured to allow for the issuance of Firm Fixed Priced (FFP) delivery orders. The delivery orders will be used to direct performance of the required effort. A&E selection procedures will be used to competitively award one (1) indefinite-delivery indefinite quantity contract to small business set-asides. This requirement will have a total award contract amount of $2,500,000 for the life of the contract. The maximum amount is not guaranteed. There is a minimum task order amount of $5,000 guaranteed to the A&E for the basic contract and for the option years, if exercised. Contract award is estimated to be 1 September 2012. A&E services include fact-finding studies, site surveys, investigations, and economic analysis in support of design requirements; the production of designs, construction drawings, specifications, and estimates as required to execute construction projects. Design services consist of concept designs and studies, economic analysis, site surveys and investigations, engineering calculations, contract drawings, specifications, cost estimates, master planning services and/or comprehensive plans. Projects could involve various combinations of architectural, civil, structural, electrical, mechanical and sanitary disciplines. Subcontractors, outside associates, or consultants may provide these disciplines. Individual task orders will include a variety of maintenance, repair, alteration, enhancement, and new construction as well as the potential to include requirements for HAZMAT site surveys to determine the existence of lead based paint, asbestos containing material, or development of complete abatement drawings and specifications incorporating current Government guidelines. The firm selected for solicitation and award must be familiar with the preparation of specifications and estimates utilizing US Army Corps of Engineers Guide Specifications in Microsoft Word or compatible. Drawings shall be prepared utilizing the 2004 version of AutoCAD. Firms will be evaluated on the following criteria, listed in descending order of importance, regarding its firm and including its collaborative/consultant firms: (1) SPECIALIZED EXPERIENCE: Evaluations will award up to 10 points based on specialized experience and technical competence in the multi-discipline capabilities in the areas of architectural, interior design, electrical, civil, structural, environmental, mechanical, and sanitary disciplines; and technical competence in energy conservation, pollution prevention, waste reduction, use of recovered materials, and sustainability; (2) PROFESSIONAL QUALIFICATIONS: Evaluations will award up to 10 points based on professional qualifications necessary for satisfactory performance of required services and availability of key personnel to work on projects; (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Evaluations will award up to 10 points based on capacity of the firm to accomplish the requirement timely. (4) PAST PERFORMANCE: Evaluations will award up to 10 points based on past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and other compliance with performance schedules. List previous contracts and include the name, address, telephone number, fax number, email address, and the point of contact representing the government or private industry for each contract; (5) LOCATION: All firms responding to the synopsis will be considered. However, evaluations will award up to 10 points based on location in the geographical area of Youngstown Air Reserve Station and knowledge of the locality, local environmental laws and regulations; (6) VOLUME OF DOD WORK: Evaluations will award up to 10 points based on volume of work previously awarded by the Department of Defense (DoD) with the object of effecting an equitable distribution of DoD Architect-Engineer (A-E) contracts among qualified A-E firms including firms that have not had prior DoD contracts; and (7) Firms must have current, active status in the Central Contractor Registration (CCR [www.ccr.gov]) and be willing and able to register in the Wide Area Workflow (WAWF) invoice and payment processing system (https://wawf.eb.mil) at time of award. Since this office does not maintain a file of Standard Form 330 (Architect-Engineer Qualifications SF 330), only those firms which submit the SF 330 within 30 calendar days after the date of this announcement will be evaluated and considered for award. An SF 330 is also required for each of the collaborative or subcontracting firms as an all inclusive package for evaluation purposes. This is not a request for proposal. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Email is the preferred method. However, regular mail is acceptable. Prospective firms shall submit hard copies (one copy) of completed SF 330 package to: 910 MSG/CONF Youngstown Air Reserve Station Attn: Angela L. Hyser 3976 King Graves Rd Unit 31 Vienna, OH 44473-5931 Fax submissions will not be accepted. The SF 330 is available at www.gsa.gov/forms. Response to this notice must be received in the Contracting Office no later than 1200 on 12 July 2012 Eastern Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-12-Q-0001/listing.html)
- Place of Performance
- Address: Youngstown Air Reserve Station, 3976 King Graves Road, Vienna, Ohio, 44473-5931, United States
- Zip Code: 44473-5931
- Zip Code: 44473-5931
- Record
- SN02773594-W 20120614/120612235613-c24afa4115a1ecfafc7e45d1d86b5441 (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 |