MODIFICATION
C -- Architect/Engineering IDIQ Minot AFB, ND
- Notice Date
- 12/21/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-13-R-0003
- Archive Date
- 1/29/2013
- Point of Contact
- Wade L. Vinje, Phone: (701) 723-4171, Agena, Phone: 701-723-4184
- E-Mail Address
-
wade.vinje@minot.af.mil, terry.agena@us.af.mil
(wade.vinje@minot.af.mil, terry.agena@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A&E IDIQ SYNOPSIS Revised 12-21-12 FBO Synopsis For New Specialized Open End Architect-Engineer (A-E) Contracts Minot Air Force Base, Base Civil Engineering, requires Title I, Title II, and Other Architect-Engineer (A-E) services for an open-end A-E design contract. The successful A-E firm(s) shall be primarily architectural in nature, with a strong environmental capacity, and provide a full range of other engineering disciplines (including, as a minimum, electrical, mechanical, civil, fire protection, and structural). The Air Force may award up to two (2) indefinite-delivery indefinite-quantity (IDIQ) contracts comprising of a base year with four one-year options. The successful A-E(s) will be guaranteed a one-time minimum of $2,500.00. The maximum contract amount shall not exceed $1,900,000.00 ($1.9M) for the life of each contract. The minimum task order amount is $2,500.00 and the maximum task order amount is expected to be $1,900,000.00. The estimated contract award date will around the timeframe of March-June 13. The general scope of work includes, but is not limited to: site visits, field investigations, development of design analyses, plans, drawings, specifications, cost estimates, other necessary documents for contract accomplishment, and other studies, investigations, and services as required. The Air Force may select and award to more than one A-E from the firms responding to this announcement. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (1) thru (4) are primary criteria and (5) are secondary and will only be used as ‘tie-breakers' among technically equal firms. 1. Professional qualifications necessary for satisfactory performance of required services. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25, but does not have to be registered in the particular state where the project is located. Offerors are also to include the following: a. Quality Control Plan: Include an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures, procedures to ensure that internal resources are not overcommitted, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in the SF 330. The organization chart shall be no larger than 11" x 17". An 11" x 17" paper will count as one page for the organization chart. In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications b. List key personnel responsible as follows: • Introduction to resumes: Limit 5 pages. • Key personnel: Limit 15 individuals. Offerors Key Personnel List shall cover the discipline positions below and provide the minimum information for each person: 1) Years of expirience 2) Projects previsouly worked. Program Manager Quality Control Architect Mechanical Engineer Electrical Engineer Civil Engineer • Personnel resumes: Limit 2 pages per individual. • Additional information: Limit 15 pages. 2. Specialized experience and technical competence in the type of work required to include, but is not limited to, existing facility renovations and repair, new facilities, pavements, and utility designs, with: a. Knowledge of Architect and Engineering in the general geographical area of Minot AFB, ND and knowledge of the locality of the project. Examples include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. b. Knowledge of Air Force Civil Engineering requirements to include Unified Facilities Criteria and Air Force Policy Directives, Instructions, Pamphlets, Manuals, Technical Data Bulletins and Engineering Technical Letters. c. Ability to prepare design-build construction contract packages. d. Knowledge of Air Force requirements for force protection and anti-terrorism design, and comprehensive and structural interior design, Customer Concept Documents (CCDs). e. Knowledge of LEED (Leadership in Energy and Environmental Design) design and construction requirements for buildings. f. Knowledge of building commissioning with emphasis on mechanical and electrical systems. g. Knowledge of Unified Facilities Criteria specifications and United States National CAD Standard. 3. Capacity to accomplish the work in the required time. Firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time will be considered. 4. Past Performance: The US Government will consider and evaluate offeror's past performance information deemed recent and relevant for the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Recent and Relevant is defined in the subpargphs below: Recency: Any completed design work described in the paragraphs above. The effort must be ongoing (50% complete) or must have been completed within the past six (6) years from the date of issuance of this solicitation. Past performance information that is not recent will not be evaluated. Relevancy: Having successfully completed design work described in the paragraphs above and must have been actively engaged as a contractor, either prime or subcontractor, performing such work with the value of contracts at a minimum of a similar dollar value (at least over $30,000), physical size, complexity and function, utilizing techniques relevant to those required by this solicitation. • Sample projects: Limit 5 projects, 5 pages each. • Sample projects: Must have been accomplished within the past 6 years. • Sample projects: Provide POC and contact information 5. Firm location (Proximity of firm in general geographic area). The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; Size Standard is $14 million. Contractors must register in the System for Award Management (SAM) database to be eligible for award. You may access SAM at http://www.sam.gov/ or 1-866-606-8220. This acquisition is set-aside for small business and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. This is not a Request for Proposal. Interested A-E firms desiring consideration shall submit the appropriate data described in the Standard Form 330 (SF330), Architect-Engineer Qualifications. All information must be submitted on the SF330, and shall not include other formats referencing the SF330 in lieu of submitting the SF330. Include a cover letter addressing whether your firm is a large or small business (based upon the SBA size standard criteria of $14 million in average annual receipts for the past three years). Submit Original and four (4) copies of submittal packages in accordance with the following guidelines/limits for contents: Format for proposals shall be as follows: (a) The proposals will be 8 1/2" x 11" paper or standard A4 paper, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 12 pitch. (d) Elaborate formats, bindings or color presentations are not desired or required. Respond to this announcement not later than 4:00 pm (Local Time), 14 January 13, for consideration. There are no other general notifications for this acquisition. Submit required data to: 5th Contracting Squadron/LGCA, Attn: Wade Vinje and/or SrA William Wilson.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e85e71e8401e6a7dd96ce2fe5a58cdb)
- Place of Performance
- Address: 165 Missile Ave, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN02954232-W 20121223/121221234341-2e85e71e8401e6a7dd96ce2fe5a58cdb (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 |