Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2023 SAM #7761
SOLICITATION NOTICE

C -- Barksdale AFB Architect & Engineer (A&E) Services IDIQ

Notice Date
2/24/2023 2:17:58 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460823R0008
 
Response Due
3/27/2023 12:00:00 PM
 
Point of Contact
Karl Knizek, 2nd Lt, USAF, Phone: 3184566834, Michael L McDaniel, Phone: 3184562203
 
E-Mail Address
karl.knizek.1@us.af.mil, michael.mcdaniel.7@us.af.mil
(karl.knizek.1@us.af.mil, michael.mcdaniel.7@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ARCHITECT-ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY/QUANTITY (OPEN-END) CONTRACTS ARCHITECT-ENGINEER SERVICES CONTRACT Firms should respond to this notice no later than 27 March 2023, 2:00 PM, Central Daylight Time (CDT). THIS IS A 100 PERCENT TOTAL SMALL BUSINESS SET ASIDE. THE NAICS CODES FOR THIS ACQUISITION IS 541330 (ENGINEERING SERVICES), BUSINESS SIZE STANDARD IS $25.5 MILLION. This is a request for Standard Form (SF) 330, not a Request for Proposal (RFP). The 2nd Contracting Squadron at Barksdale AFB, LA is seeking qualified architect-engineer firms to perform Title I and Title II design services on all disciplines to include architectural, civil, structural, mechanical, electrical and environmental. The submitting firms need to include all architectural and engineering disciplines either in-house or by consultant(s). All the proposed consultants will need to be included in the Standard Form 330. The directions to complete the Standard Form 330 are on the form. Contractors should submit Part I of the Standard Form 330 for the prime contractor and Part II for each sub-consultant. The primary services will be to provide designs for new or renovated facilities, to include, but not limited to: field investigations, topographic surveys, soil borings, geotechnical analysis and reports, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and testing, schematic design, design development, value engineering, cost estimating, storm water, domestic water and waste water permits, and preparation of specification and construction contract documents for Barksdale Air Force Base and other Air Force Global Strike Command facilities. Specifications and other reports must be provided as hard copy and in electronic format using Microsoft Office products. Drawings, including Geographical Information System (GIS) products, must be provided in AUTOCAD 2021-compatible format & ArcGIS 10.1 or higher. Firms should describe their GIS capabilities in their submittals. Designs may need to include provisions for asbestos/lead removal. Other services may include project programming; site, utility, traffic, and facility planning studies and preparations of environmental studies, reports, or permit preparation. Task orders will require architectural and all major engineering disciplines such as civil, structural, mechanical, electrical and environmental. One A-E contract will be issued for a period of one base year with four one-year option periods. A-E selected is guaranteed a minimum of $500.00 in fee work that will be issued at contract award. The cumulative amount of delivery orders will not exceed $5,000,000 for the life of the contract. Delivery orders will be issued from time to time as the need arises during the contract period. A-E Selection will be limited to firms submitting an SF 330 and will be based solely on the information provided on these forms. The Statement of Work for these services is attached to this advertisement. Evaluation Factors Equal importance will be placed on primary factors 1-5 during evaluation. Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Mechanical, Electrical Engineers, Interior Designers, Landscape Designers, and Registered Surveyors; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD). Specialized experience and technical competence in performing design on Air Force DoD IDIQ type contracts. The type of services can include: a) Design services: schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; b) Investigation services: topographic surveys, geotechnical analysis, and reports, investigation of existing building conditions, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and studies; c). Planning services; site, utility, infrastructure; traffic and facility planning studies and analysis experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meeting project dollar thresholds, and current workload. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Past performance of the A-E firm (and their subcontractors) will include quality control/quality assurance program to assure technically accurate. Request for Proposal (RFP) documents, Task order award documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Contractor Performance Assessment Reporting System (CPARS) automated information system will be queried for all prime firms to be assessed. Location in the general geographical area of the project and knowledge of the locality of the project; provided that the application of this criterion leaves an appropriate number of qualified firms. Given the nature and size of the subject project, Special emphasis will be placed on firms located within 150 miles of Barksdale AFB, LA. Required Documents: Interested firms which meet the requirements described in this announcement are invited to submit five (5) copies (1 original, 3 additional hard copies and 1 electronic copy on CD) of their completed SF 330, Parts I and II, and supporting data for a total package of not more than 75 double-spaced pages printed on 8 � x 11 paper, font size 12. Font size no smaller than 8 is allowed for use in the SF 330 Block Titles, captions, tables, and illustrations. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Standard Form 330, in Section F, include project owners name, point of contact, address, phone # and e-mail address. This information may be used to send out surveys to the owners to obtain information concerning the firms past performance. Please verify that the owner�s point of contact information is correct. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable. Responses should address only specific items requested in this announcement and in the Standard Form 330. Extraneous information will not be reviewed. This synopsis is for the purpose of soliciting SF 330s from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (27 March 2023, 2:00 PM, CDT) will be considered for selection. Email and/or fax copies will not be accepted. Any questions concerning this requirement must be submitted no later than 10 March 2023. Responses to any questions submitted will be posted to SAM.gov. Deliver Completed Capability Package to: ATTN: MSgt Michael McDaniel 2d Contracting Squadron/PKB 801 Kenney Ave, Suite 2301 Barksdale AFB, LA 71110 Primary POC: Lt Karl Knizek 2d Contracting Squadron/PKB (318) 456-6834 karl.knizek.1@us.af.mil� Alternate POC: MSgt Michael McDaniel 2d Contracting Squadron/PKB (318) 456-2203 michael.mcdaniel.7@us.af.mil �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e582e8b459424f5489aea2c4df3c97ec/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN06600965-F 20230226/230224230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.