SOLICITATION NOTICE
C -- Architect -Engineer (A-E) Services at JBLE
- Notice Date
- 2/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-14-JBLE-A-E-IDIQ
- Point of Contact
- Brittany Ballew, Phone: 7572252571, Chester H Terrill, Phone: 7577647033
- E-Mail Address
-
Brittany.ballew.1@us.af.mil, chester.terrill@us.af.mil
(Brittany.ballew.1@us.af.mil, chester.terrill@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- •1. The 633d Contracting Squadron, Joint Base Langley Eustis (JBLE), Virginia intends to issue two indefinite delivery, indefinite quantity (IDIQ) open-end contracts for each of the two Architect-Engineer (A-E) Services described herein. JBLE is comprised of Langley AFB, Virginia and Fort Eustis, Virginia. The IDIQ contracts issued will support both LAFB and Ft. Eustis. The A-E will be considered for one contract only. This opportunity is reserved for qualified Small Business A-E firms. a. Architect-Engineer (A-E) Services - Architect/Civil Open-End: Design of various alteration, repair and maintenance projects at Joint Base Langley-Eustis, VA. Required discipline includes architectural with supporting civil, structural, mechanical and electrical. Work will include, but is not limited to, development of design analyses, plans, drawings, specifications, cost estimates, and other necessary documents for contract accomplishment, as well as other studies, investigations, and services as required. The successful firm is expected to have the capability to perform 50% or more of the contracted services using their in-house personnel. b. Architect-Engineer (A-E) Services - Mechanical/Electrical Open End: Design of various alteration, repair and maintenance projects at Joint Base Langley-Eustis, VA. Required discipline includes mechanical with supporting civil, architectural, structural, and electrical. Work will include, but is not limited to, development of design analyses, plans, drawings, specifications, cost estimates, and other necessary documents for contract accomplishment, as well as other studies, investigations, and services as required. The successful firm is expected to have the capability to perform 50% or more of the contracted services using their in-house personnel. •2. The North American Industry Classification System (NAICS) associated with the aforementioned requirements are 541310 and 541330 respectively. •3. A-E evaluation factors (in order of importance) are as follows: a. Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract. b. Availability of the following key personnel: a) Three architects, one estimator, one specifications writer, and three supporting draftsperson for the Architect/Civil Open-End contract or b) Three mechanical engineers, one estimator, one specifications writer, and three supporting draftsperson for the Mechanical/Electrical Open End contract. If one of the engineers performs either the specification writing or estimating work (or if he/she performs both), the A-E applicant shall so note such performance in the appropriate location on the forms submitted. c. Specialized experience in renovation, upgrading and repair of commercial and industrial facilities. d. Cost control effectiveness indicated by the A-E's ability to provide cost working estimates that were within ± 5% of the awarded low bid on at least three project bids within the past year. e. Capacity of the firm to accomplish delivery orders in the time required during the entire contract period. f. Location of the firm from Joint Base Langley-Eustis in range of 757 area code (excluding Eastern Shore). g. Volume of work (total A-E fees) previously awarded to the firm by federal agencies, in the three most recent fiscal years, with more weight given to those with less volume. h. Past experience of the firm with respect to renovation work on Department of Defense contracts primarily, with less weight given to performance on contracts with private industry. i. Success in prescribing the use of recovered materials and achieving waste reduction, pollution prevention and energy efficiency in facility design. j. Innovative design capability indicated by receipt of a design award from a nationally recognized group within the past 2 years. 4. A response by submittal of Standard Form 330 must be received no later than 3:00 P.M. EDT, 24 March 2014. Firms desiring consideration shall submit appropriate data as described in Numbered Note 3. This is not a request for proposal. •5. Two indefinite delivery, indefinite quantity (IDIQ) open-end contracts for two separate firms will be issued with each contract having a maximum amount of fees not to exceed $750,000 per year to include four option years, with no individual delivery order to exceed $299,000 and $3,000 per firm in fees guaranteed. •6. Responses are requested as soon as possible. Each A-E firm will only be considered for either the Civil Open-End or Mechanical/Electrical Open- End contract. The A-E must state in their response, for which contract they wish to be considered. The award date will be made after responses are received and evaluated. 7. All responses are requested to indicate if they are small business, small disadvantage business, 8(a) concern, women owned small business, or HUB zone small business. •8. Any prospective contractor must be registered in the Systems for Award Management (SAM) in order to be eligible for potential award (www.sam.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-14-JBLE-A-E-IDIQ/listing.html)
- Place of Performance
- Address: Joint Base Langley Eustis (JBLE), Langley Air Force Base, Virginia 23665, Fort Eustis, Virginia 23604, Virginia, United States
- Record
- SN03292479-W 20140222/140220234717-f973b34d8c24be01274ca9b07e563d3b (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 |