Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2012 FBO #3983
MODIFICATION

C -- Sources Sought for upcoming Architect-Engineer IDIQ at Altus AFB

Notice Date
10/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
FA4419-13-D-0003
 
Archive Date
11/30/2012
 
Point of Contact
Caitlin D. McElroy, Phone: 5804815586, Lori A Clinton, Phone: 580-481-5838
 
E-Mail Address
caitlin.mcelroy@us.af.mil, lori.clinton@altus.af.mil
(caitlin.mcelroy@us.af.mil, lori.clinton@altus.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought-FA4419-13-D-0003 This is ONLY A SURVEY OF THE MARKET to determine if there are potential contractors that can satisfy the following requirement: Altus AFB is considering an Architect-Engineer Services (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of one (1) basic year and four (4) one-year options. The Government intends to make a single award for a five-year period in FY13. Maximum contract total is $5,000,000.00 over the five-year life of the contract. The applicable NAICS 2012 code is 541330 with a size standard of $14,000,000.00. The purpose of this contract is to provide professional A-E services to include Title I design services, Title II services, and other A-E services and incidental related work in support of Government-administered construction contracts; facility and installation investigations and research; and planning studies. Work may include developing design criteria; fact finding studies; surveys and investigations; research; preparation of impact assessments; planning; development of prevention, compliance, and restoration guidelines; environmental and energy management studies; engineering studies, technical investigations, and soil testing; feasibility and value engineering studies; installation planning and development of area and comprehensive design guidelines; facility and installation investigations and research; surveying and mapping; renderings; and photography. The locations for performance follow: • Altus AFB, OK (primary location for performance); • Sooner Drop Zone (SDZ) located in Harmon County, OK; • Clinton-Sherman Airfield located in Burns Flat, Washita County, OK; • Sheppard AFB, Wichita Falls, TX (SAFB); • Lake Texoma Recreational Annex located approximately 120 miles east of SAFB in Briar Creek Cove on Lake Texoma, Grayson County, TX; and • Frederick Auxiliary Airfield in Frederick, OK. The contract will be awarded to a single firm with capabilities of ALL design disciplines listed: -Architectural, including landscape architects -Civil Engineer, general and airfield design -Structural -Mechanical, primarily HVAC and plumbing -Fire Protection -Environmental, hazardous waste identification and design -Electrical, building design, fire detection and alarm systems, exterior lighting, and underground distribution. The use of consultants, joint ventures, or complete in-house capability of the above-listed design disciplines is acceptable. At the present time, this acquisition is not expected to be issued as a small business set-aside, however, if your firm is HUBZone certified in accordance with FAR 19.1303, 8(a) small business certified in accordance with FAR 19.802, or SDVOSB certified in accordance with FAR 19.1403 and intends to submit an offer on this acquisition, please respond to the contact listed below via email or fax with "Sources Sought for FA4419-13-D-0003" in the subject line. YOUR RESPONSE WILL ADHERE TO THE FOLLOWING GUIDELINES : (a) It will include a positive statement of your intent to submit a proposal for this solicitation as a prime contractor. (b) It will include a copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a SDVOSB concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility. (c) It will contain evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers or email addresses. (d) It will not exceed five (5) pages in length, not including the copy of the SBA letter or DD form 214. Pages in excess of pages 1-5 will not be reviewed. Your response to this sources sought is required by 12:00 p.m. CST on 01 November 2012. Questions will only be accepted in writing. DO NOT SEND COPIES OF YOUR FIRM'S SAM PROFILE. DO NOT SEND COPIES OF YOUR FIRM'S SF330. THIS IS NOT A SOLICITATION. THIS IS ONLY A SOURCES SOUGHT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/FA4419-13-D-0003/listing.html)
 
Place of Performance
Address: 308 N. 1st Street, Ste. 2301, Altus AFB, Oklahoma, 73523-5003, United States
Zip Code: 73523-5003
 
Record
SN02916218-W 20121020/121018234647-862766464b35992b5f3c1ac63793c94c (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.