Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SPECIAL NOTICE

C -- IDIQ for AE Services located on Ellsworth AFB, SD

Notice Date
8/14/2020 12:11:37 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4690 28 CONS PKC ELLSWORTH AFB SD 57706-4947 USA
 
ZIP Code
57706-4947
 
Solicitation Number
FA469020R-A-E
 
Response Due
9/14/2020 3:00:00 PM
 
Archive Date
09/29/2020
 
Point of Contact
David M Goff, Phone: 6053851734, Fax: 6053851759, Roger Morris, Phone: 6053851712
 
E-Mail Address
david.goff.6@us.af.mil, roger.morris.7@us.af.mil
(david.goff.6@us.af.mil, roger.morris.7@us.af.mil)
 
Description
THIS IS A NOTICE ONLY FOR SUBMISSION OF ARCHITECT-ENGINEERING QUALIFICATION PACKAGES, SF 330. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS, ETC., ASSOCIATED WITH THIS NOTICE. DESCRIPTION: ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACT(S) FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, TITLE I, AND TITLE II INSPECTION SERVICES AT ELLSWORTH AFB, SD. � 1.� This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� This procurement is UNRESTRICTEDFULL AND OPEN for firms classified under NAICS Code 541330. �The firm's capability statement shall demonstrate the qualification necessary to meet the requirement.� Additionally, the selected firm(s) must perform the primary Architectural and Engineering civil-structural disciplines and may employ qualified consultants to perform other disciplines. Before a small business is proposed as a potential contractor, they must be registered in System for Award Management (SAM) accessed at http://www.sam.gov.� Failure to register may render the A-E Firm Ineligible for award. Professional services shall include Title I, Title II, Base Comprehensive Plans and other A-E services. A-E's with engineering categories of civil and structural will be considered.� A professional Architect and/or Engineer in the appropriate discipline, licensed in any of the 50 States, shall stamp all contract drawings.� Title I Design services may be required for programming, comprehensive planning, area development design of new facilities; or the renovation, repair, and maintenance of� residential, commercial, and Industrial facilities; Including road/bridges, infrastructure, utilities, corrosion control, and environmental restoration. Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings (mylars), AutoCAD drawings, REVIT drawings, SketchUp drawings; specifications utilizing the Unified Facilities Guide Specifications (UFGS).(In special circumstances, alternative specifications formats may be required based on specialized materials or construction techniques being utilized); economic analysis; construction cost and time estimates; engineering calculations; logs and study reports. Projects may include various combination of architectural, interior design, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines.� Investigative services may include studies, reports, design analyses, constructability and peer reviews, surveys, and cost estimates. Title II Services may be required for the supervision and inspection of construction projects. The selected A-E�s will need to become familiar with Ellsworth AFB's facility design, anti-terrorism and CAD Standards as well as other Government codes that may be required for selective completed projects. 2. �Scope of Services: �Procure professional services shall include Title I, Title II, Base Comprehensive Plans, and other Architect and Engineering (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Part 36. �Firms will be selected for negotiation based on demonstrated competence and qualifications for the required A-E services.� Projects will vary by type, scope, and complexity requiring the use of various and multiple facility design disciplines and related technical services. �A-E services for Architecture, Master Planning, Interior Design, Civil and Site Engineering, Electrical Engineering, Telecommunications engineering, Industrial/Process Engineering, Mechanical and Plumbing Engineering, Refrigeration Engineering, Structural and Seismic Engineering, Blast Engineering, Fire Protection, Aircraft Fire Protection, Engineering and Life Safety, Environmental Engineering, Landscape Engineering, Sustainability Coordination, Industrial Hygiene, Cost Estimating, Project and Program Management and Geotechnical Engineering and Investigations will be required. �Other professional services for comprehensive planning, studies, reproduction, electronic document posting, and construction management/administration shall be required. �The A-E will be required to prepare studies, plans, conceptual drawings, drawings, technical specifications, cost estimates, analysis, reports and value engineering as required for a variety of maintenance, repair, alteration, and renovation for delivery of construction projects. �Services provided will be for a multitude of services for large projects to include restoration and modernization projects; major construction (addition/remodel); maintenance (repair/alteration) of existing real property.� Firms should have the capability to respond to a very short performance time line for projects which contain specialized discipline requirements and keen management / project oversight.� 3. Contract Information: Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of Two (2) A-E Open- End contracts may be awarded based on amount and type (primary discipline) of projected workload and availability of funds under NAICS code 541330. The total fees for the basic year and all option years shall not exceed $2,500,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $1,000 over the life of the contract, and a maximum contract capacity of $2,500,000. 4. Selection Criteria: Evaluation factors include the following: a. Specialized experience and technical competence. b. Professional qualifications. c. Past performance with respect to execution of DoD and other contracts. d. Professional capacity for timely accomplishment of the work. e. Volume of work previously awarded by this office and DoD. f. Design experience in past projects that are similar in climate and environment conditions to the general geographic location of EAFB, e.g., ASHRAE zone, frost line penetration, wind loads, and snow loads. Evaluation factors ""a"" through ""c"" are the most critical. Least important are evaluation factors ""d"" and ""f"". This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Potential interested parties are responsible for downloading their own copy of the SF 330. 5. �Interested firms should respond to this announcement by submitting two copies of the SF 330, Architect-Engineer Qualifications, via the following electronic media: electronic mail NOT LATER THAN 14 Sept 20. Contract award is anticipated to be in December 2020� timeframe. All responses must be sent in PDF or Microsoft Word format to: david.goff.6@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9683fbe8309496cbcc9f6b2fc458c84/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN05758088-F 20200816/200814230150 (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  © 1994-2020, Loren Data Corp.