SOLICITATION NOTICE
C -- Architect-Engineer Services
- Notice Date
- 1/3/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 4380B Alabama Rd Moody AFB GA 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA483019R0001
- Response Due
- 3/15/2019
- Point of Contact
- Barbara A. Miller, Contracting Officer , Phone 229-257-3561, Fax 229-257-4709, - Brittany K. Richardson, Contract Specialist, Phone 229-257-2831, Fax 229-257-4709
- E-Mail Address
-
barbara.miller.1@us.af.mil, brittany.richardson.8@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- Architect-Engineer (A-E) Services are required for award of Indefinite Delivery Indefinite Quantity (IDIQ) type contracts for work for Moody AFB, GA, which could include work at Grassy Pond Recreation Area, Lake Park, GA or Avon Park, FL. Services may be funded with either appropriated or non-appropriated funds. Computer aided design and drafting (CADD) capability and compatibility with AutoCAD® 2017 and Revit Software for (Building Information Modeling) BIM; word processing documents will be Microsoft Word. Also required is the capability to generate CADD, CAL files, and to convert CAL files to non-editable files such as PDF files, and Windows based specifications converted in Adobe Acrobat to PDF files. Multiple contracts may be awarded (contemplating four contracts-one Electrical/Mechanical, one Structural/Civil, and two Architectural). The basic contract period will be for one year with four one-year options, which may be exercised at the option of the government. Firm fixed priced task orders may be issued on an as-required basis one year from the award date of the contract or exercised option period. The guaranteed minimum dollar amount for each contract is anticipated to be $1,000 and the maximum dollar amount for each contract is anticipated to be between $2,000,000 and $3,000,000. Anticipated projects will be minor construction or repair. Design requirements will range from environmental analyses, studies or charrettes, from 35% designs to 100% complete designs. For less- than-100% designs, emphasis will be on quick response. Most project construction budgets will range between $250,000 and $900,000. Direct labor fees have a statutory limitation of 6% of the estimated cost of construction. Evaluation criteria, in relative order of importance to be used for selection of the A-E firms include: [1] Professional qualifications of the staff to be assigned to the project; [2] Specialized experienced and technical competence in the type work required including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials demonstrating ability in past professional work of similar nature, including planning of site developments and installations, infrastructure maintenance, design for repair and construction projects, studies, analyses, surveys, investigations, reports, engineering evaluations, making specifications and drawings using BIM technology, supervising and coordinating all phases of A-E work, inspection, and use of recovered materials; [3] Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and capacity to accomplish the work in the required time; [4] Location within a 175 mile radius of Moody AFB GA as defined by the Defense Table of Official Distances with priority to local firms-the personnel of the prime A-E firm intended to support any resulting contract must be located in an office within the specified radius; and [5] Volume of work previously awarded to the firm by the Department of Defense (DoD) during the last 12 months with priority given to firms who have accomplished DoD work. Each firm will indicate selected consultants to include, but not limited to, the following design disciplines: Architectural (including landscape architects), Civil Engineer (general and airfield design), Structural, Mechanical (primarily HVAC, plumbing, and fire protection), Environmental (hazardous waste identification and design), and Electrical (building design, fire detection and alarm systems, exterior lighting, and underground distribution). Consultants, joint ventures, or complete in-house capability of the listed design disciplines is acceptable. Firms desiring consideration shall submit two copies of their Standard Form 330, Parts I and II, "Architect-Engineer Qualifications" with a cover letter identifying in which discipline(s) (architectural, mechanical/electrical, or civil/structural) the firm should be considered to 23 CES/CENM; Attn: Chief of Design and Construction; 3485 Georgia Street; Moody AFB, GA 31699-1707. The SF 330s must be received no later than 5:00 p.m. 15 Mar 2019. A-E initiated visits (scheduled or not) will not be allowed on or before the date the SF 330 is due. North American Industry Classification System (NAICS) codes are 541310 for Architectural Services with a $7.5M size standard and 541330 for Engineering Services with a $15 million size standard. This acquisition is unrestricted. Email questions to: barbara.miller.1@us.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA483019R0001/listing.html)
- Place of Performance
- Address: Moody AFB, GA
- Zip Code: 31699-1794
- Country: US
- Zip Code: 31699-1794
- Record
- SN05186029-F 20190105/190103230015 (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 |