SOLICITATION NOTICE
C -- New Boston AFS A&E - Statement of Work
- Notice Date
- 5/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA2835-14-D-0004
- Point of Contact
- Daniel R. Koble, Phone: 7812250147, Jason Rapaglia, Phone: 7812250179
- E-Mail Address
-
daniel.koble@us.af.mil, Jason.Rapaglia@us.af.mil
(daniel.koble@us.af.mil, Jason.Rapaglia@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 1. The following is a synopsis for the FY 14-19 A&E IDIQ for a multi-discipline A&E firm NAICS code 541330 size standard $14M: This will be an indefinite delivery indefinite quantity contract with a 5 year ordering period. This procurement is full and open competition. A maximum of one A-E contract will be awarded, based on qualifications IAW the Brooks Act and FAR part 36.6. The life of the contract shall not exceed $1,850,000.00. No single task order will be above $299,000.00 without prior authorization and the minimum guarantee is $5,000.00. The estimated start date for this contract is August 2014. The contract will require complete architectural-engineering services for various design projects at New Boston AFS. The scope of the individual task orders can vary extensively and may include topographical surveys, environmental studies, investigatory and design services for electrical utility system, HVAC units, complete or partial renovation of office facilities, etc. Work consists of furnishing all architect-engineer services (electrical, architectural, civil, construction inspection, controls, energy, drafting (manual and CADD), environmental, mechanical and surveying to perform complete Title 1A investigatory, Title 1B design, Title II construction inspection services and other services. These include but are not limited to: studies, reports, site investigation with building field survey, asbestos survey, topographic survey, testing, calculations, complete design drawings and specifications, cost estimates, economic analysis, energy analysis, construction phasing, etc. The following are the significant professional qualification factors for evaluation (in order of importance): 1. Professional qualifications of the individuals listed as demonstrated by education, experience, registrations and management ability of personnel assigned to this contract. 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3. Capacity to accomplish the work in the required time. Anticipated projects are primarily complete building renovations, design new and repair of medium and low voltage power distribution systems, HVAC repairs, energy conservation/reduction projects, utility work, power distribution studies, some environmental projects, lead based paint and asbestos testing. 4. Past performance on contracts with Government agencies and private industry during the previous 12 months in terms of cost control, quality of work and compliance with performance schedules. Performance evaluation data from the Contractor Performance Assessment Report System (CPARS) and data extracted from the Federal Procurement Data System (FPDS) will be used along with other methods. 5. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms. 6. Computer aided drafting and design capability. The A-E's capability to utilize the most current version of AutoCAD in the development of contract drawings. The A&E must demonstrate the capability within its office to create and work contract drawings in the most recent version of AutoCAD. AutoCAD Map 3D 2013 is the CADD system in use by 23 SOPS/CEP. Conversions from another CADD system do not satisfy this requirement and will not be accepted. Qualified firms desiring consideration shall submit two (2) bound hard copies with tabs and one (1) CD containing a Standard Form (SF) 330, Part I and Part II - Architect-Engineer Qualification package. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria to AFLCMC/PZI, Jason Rapaglia, Contracting Officer, 16 Eglin Street, Hanscom AFB, MA 01731-2107, NLT 12:00 P. M. (EST) 23 June, 2014. All questions can be emailed to daniel.koble@us.af.mil NLT 12:00 P.M (EST) 11 June, 2014. Text for each applicant is limited to 40 pages each, exclusive of indexing tabs, project photos or drawings with brief captions. Facsimile transmission will not be accepted and will be considered non-responsive. All firms shall be certified in the System for Award Management (SAM) in accordance with DFARS 204-1103 located at https://www.sam.gov/ Standard Form 330 may be obtained at: http://www.gsa.gov/portal/forms/download/116486 In accordance with the Brooks Act, the A&E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. All offerors must provide proof that the firm is permitted by law to practice the professions of architecture or engineering services (i.e. state registration number, a brief explanation of the firm's licensing in states that do not register firms, etc). Failure to submit the required proof could result in an offeror's elimination from considerations. Following submission the firms are ranked by qualifications the government will negotiate with the highest rated firm in accordance with FAR 36.606. The selected firm will be provided with a draft Request for Proposal model contract (SF 252, Price Schedule, contract clauses) and request for cost and pricing data. After negotiations are concluded contract award will be made to the A&E firm. Only those firms which submit the Standard Form 330 by the receipt date/time specified in this announcement will be considered for selection. The Government will neither award a contract solely on the basis of this synopsis, nor pay for any information that may be submitted by respondents or for any follow up information requested for this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA2835-14-D-0004/listing.html)
- Place of Performance
- Address: New Boston Air Force Station, New Boston, New Hampshire, 03070, United States
- Zip Code: 03070
- Zip Code: 03070
- Record
- SN03371299-W 20140522/140520235002-e20da5bb80a8a709c05d6eb74fd752da (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 |