SOURCES SOUGHT
C -- C-Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) Services to satisfy fluctuating needs and conditions. - Appendix A
- Notice Date
- 11/25/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
- ZIP Code
- 15108-4495
- Solicitation Number
- FA671215AE001
- Archive Date
- 1/28/2015
- Point of Contact
- Anne K. Goodman, Phone: 4124748126, Daniel C. Lucci, Phone: 412-474-8119
- E-Mail Address
-
anne.goodman@us.af.mil, daniel.lucci@us.af.mil
(anne.goodman@us.af.mil, daniel.lucci@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Appendix A DESCRIPTION: The 911th Airlift Wing, Pittsburgh IAP ARS, Coraopolis (Moon Township), PA 15108, has a requirement for an Architect-Engineer (A-E) Services contract and contemplates awarding one (1) firm, fixed price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract where the work will be required on an "as-needed" basis. Potential projects will require multi-discipline engineering services for alteration, repair, maintenance and design involving various commercial or industrial type facilities at Pittsburgh IAP Air Reserve Station, 911th Airlift Wing, Moon Township, Pennsylvania. The contract will be awarded for one (1) base year, with an estimated starting date of 1 April 2015 and ending on 31 March 2016 with a government option to extend the contract for four (4) additional one (1) year periods. Work under this contract is subject to satisfactory negotiation of individual delivery orders. The Architect- Engineer shall perform all services specifically defined in the Statement of Work for each delivery order awarded under this IDIQ Contract. The IDIQ contract will have a not to exceed monetary limit of $2,500,000.00 including any option periods. The maximum contract amount is not guaranteed. The guaranteed minimum for the contract including options is $5,000. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to contract award, the selected firm must be registered in the System for Award Management (SAM) at www.sam.gov. If already registered, ensure representations and certifications in SAM are current. This announcement is open to firms regardless of business size; however the government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Veteran Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business firm is selected for this contract, it will be required, per FAR 52.219-9, to submit a detailed subcontracting plan during contract negotiation; however, a subcontracting plan is not required for this submittal. The North American Industry Classification System (NAICS) code for this action is 541330- Engineering. The Small Business size standard is $15,000,000. SCOPE OF SERVICES: The scope of design services may include, but not be limited to: architectural, civil, structural, mechanical, electrical, LEED Accredited Professional, geotechnical, topographical, facility commissioning services, environmental for design of new construction and repair and alteration of multi-use facilities, utilities, pavements etc. See attached document Appendix A, 25 November 2014, which will be made part of the contemplated award. Expected A-E services may require any combination of the following: Title I services include field investigations and surveys (topographic, geotechnical, etc.); similar fact finding surveys of the site essential to proper design; prepare reports and similar services not involved in the preparation of designs, plans, drawings, and specifications. These services also include those items normally furnished by an A-E in the actual preparation of the design documents (plans, drawings, estimates, specifications, submittal register etc.) and include visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities. (Design services shall not exceed the Brooks Act 6% statutory fee limitation.) Title II services include those items involving inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating and testing product submittals and shop drawing and preparation of construction contract modifications. Other A-E services include services that are design and construction related but are not connected with a specific construction project. The services consist of developing design criteria, fact finding studies, surveys, facility project books, and Operation & Maintenance Manuals and or design-build performance statements of work, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs. The initial proposed project is intended to be "Repair Roof, Communications Building, B405"; magnitude of construction is estimated between $100,000 - $250,000. Additional orders the government contemplates awarding under this IDIQ may include: Repair Gym Entrance/Construct Gym Addition-magnitude of construction is estimated between $500,00 - $1,000,000; Repair Roof/Exterior Finishes, Dining Hall-magnitude of construction is estimated between $500,000 - $1,000,000; Mill/Overlay Base Roads-magnitude of construction is estimated between $1,000,000 - $5,000,000; Repair Administrative Building, Bldg 210-magnitude of construction is estimated between $1,000,000 - $5,000,000; and Upgrade Firing Range- magnitude of construction is estimated between $500,00 - $1,000,000. SELECTION CRITERIA: Selection of the firm will be in accordance with the Federal Acquisition Regulation (FAR) Subpart 36.602, Selection of firms for A-E contracts whereby discussions will be held with at least three of the most highly qualified firms. Upon completion of the selection process, negotiations will be conducted to establish desired Architect-Engineering discipline's hourly rates, direct, indirect and general and administrative overhead rates, profit and other cost elements. Firms should not limit their qualifications, past performance or work experience to the initial proposed project. Architect-Engineer firms are to be evaluated in accordance with the criteria listed below in descending order of importance. The Pre-Selection Board will use Criteria 1 through 6 to determine the three (3) firms to be recommended to the Final Selection Board. The Final Selection Board will also use the factors from Criteria 1 through 6 to score the recommended firms by the Pre-Selection Board. The Final Selection Board will use Criteria 7 to further evaluate these firms based on interview/discussions. CRITERIA 1 - PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services; CRITERIA 2 - PAST PERFORMANCE on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; CRITERIA 3 - PROFESSIONAL CAPACITY to accomplish the work in the required time, to include the firm's ability and experience in computer-assisted design; CRITERIA 4 - 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; CRITERIA 5 - LOCATION i n the general geographical area of the facilities requiring services and knowledge of code requirements in the locality of the potential projects; CRITERIA 6 - VOLUME OF WORK awarded by DoD during the previous 12 months. CRITERIA 7 - INTERVIEW/DISCUSSIONS (only the three highest rated firms). SUBMISSION REQUIREMENTS: Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits by A-E firms, for the purpose of discussing this announcement or the Submittal is not permitted. All questions shall be in writing sent by email to anne.goodman@us.af.mil no later than Tuesday, 16 December 2014. Replies will be posted online at FBO by Tuesday, 23 December 2014. This is NOT a Request for Proposal. Interested firms shall submit two (2) copies of the SF 330 Architect-Engineer Qualifications (Parts I and II), 3/2013 edition, no later than 2:00 p.m. EST on Tuesday, 13 January 2015 to: 911th Airlift Wing/LGC Attn: Anne Goodman 2375 Defense Avenue, Bldg 210 Coraopolis, PA 15108-4495 Submission by email will not be accepted. Interested firms should state in SF 330 block 9, if applicable, their category of small business according to the current size standard as defined in FAR Part 19 for NAICS 541330. Submittals shall be prepared using Standard English and must be in a concise, yet clear and informative style. Information may not be included by reference but additional pages may used if needed but Part I shall be limited to no more than 60 Pages. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the submittal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of A-E submittals or elsewhere in the acquisition process. Interested parties are invited to contact the appointed Ombudsman, Mr. Jeffrey Ippolito, HQ AFRC/A7Z at (478) 327-2013..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/911AWLGC/FA671215AE001/listing.html)
- Place of Performance
- Address: 911th Airlift Wing, Pittsburgh International Airport, Air Reserve Station, Moon Township, Pennsylvania, 15108, United States
- Zip Code: 15108
- Zip Code: 15108
- Record
- SN03581646-W 20141127/141125234402-1046fb2b501275d037930c9d7dd8cf25 (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 |