Design Consolidate B211 to B68 (Соединенные Штаты Америки - Тендер #45090849) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE AIR FORCE Номер конкурса: 45090849 Дата публикации: 17-08-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
ARCHITECT-ENGINEERING (A-E) SERVICES AT LAUGHLIN AFB, TX.
"Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs."
The 47th Contracting Flight at Laughlin Air Force Base (AFB), Texas is seeking responsible sources to establish a Firm Fixed-Price Contract in which the awarding company will be responsible for a design to Consolidate B211 to B68 project. The purpose of this design is to complete a 100% design to renovate Building 68 at Laughlin Air Force Base (AFB), Texas.
BACKGROUND: Renovation of Building 68 is requested by the user to accommodate consolidation of the Component Maintenance Division from Building 211 into Building 68. The renovation of Building 68 is also requested by the user to ensure all safeguards are in place to protect existing advanced manufacturing machinery installed in Building 68.The renovation of Building 68 is expected to require design of electrical systems, heating, ventilating, and air conditioning (HVAC), plumbing, fire protection engineering, addition/relocation of communication connections, and interior finishes.
This is a competitive selection process in which competing offerors qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract.
IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firms SF 330 is currently on file with the 47th Contracting Squadron. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
This acquisition will be solicited as a 100% Small business Set-Aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $25.5M.
The Disclosure of Magnitude for the subsequent construction project is between $5,000,000 and $10,000,000 IAW FAR 36.204(g).
The work to be performed shall include but is not limited to:
1. Attending a pre-investigation meeting
2. Investigating site conditions, options, etc.
3. Collecting and reviewing project data and records
4. Developing design concepts and cost estimates
5. Submitting an investigation report
6. Attending review meetings
7. Making the revisions requested by the Government
8. Submitting intermediate design documents
9. Producing a complete design (35%, 65%, 95%, and 100% submissions)
A-E EXPERIENCE REQUIREMENTS: A-Es experience shall include that which is commensurate with the requirements specific to the scope of design.
A. The A-E shall demonstrate that they have experienced personnel with Texas Registrations, and adequate capacity and depth in the following disciplines:
1. Architect
2. Structural Engineer
3. Mechanical Engineer
4. Plumbing Engineer (including water and gas)
5. Electrical Engineer
6. Fire Protection Engineer
7. Communications Engineer
8. Civil Engineer
*For the Fire Protection Engineer (FPE) - "licensed professional" for purposes of
this evaluation factor shall mean a registered professional engineer (P.E.) who
has passed the fire protection engineering written examination administered by
the National Council of Examiners for Engineering and Surveys (NCEES). The
FPE shall also have a minimum of 5 years of experience, dedicated to fire
protection engineering that can be verified with documentation. Proof of passing
the examination and required experience shall be submitted with the proposal or
it will be assumed the FPE does not meet these qualifications.
B. In addition, the offerors team shall include staff members in the following disciplines and shall demonstrate their qualification:
1. Project/Program Manager
2. Cost Estimator
3. Interior Designer
The A/E shall furnish all materials, labor, tools, equipment, transportation, and all other
incidentals necessary to complete the work outlined in this Statement of Objectives
(SOO) and provide a complete 100%, issued for construction, design documents to
compete the work outlined in Attachment B, Conceptual Charrette Report. All work on this project shall be accomplished in accordance with the codes and
specifications identified in Attachment B, Conceptual Charrette Report and the
following local specifications: Laughlin AFB Division 01 General Specifications, Environmental Quality Construction Specifications Laughlin Air
Force Base, Laughlin Installation Facility Standards, Architectural Compatibility Guidelines Laughlin Air Force Base, and Installation Excellence Guide Air Education and Training Command. The A/E shall provide expertise in mechanical (HVAC), fire protection, structural, architecture, and electrical disciplines at a minimum. The A/E shall utilize a Qualified Fire Protection Engineer (QFPE) who meets the requirements of UFC 3-600-01 Fire Protection Engineering for Facilities.
The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents.
QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 30 Aug 2023.
Primary POC email: javier.hinojosa.4@us.af.mil
Alternate POC email: rebecca.pelayo_ruelas@us.af.mil
The following documents are considered Attachments to this Synopsis/Solicitation:
Attachment 1 - Instructions to Offerors
Attachment 2 - Evaluation Criteria
Attachment 3 - Statement of Work
Attachment 4 - SF 330
Attachment 5 - Past Performance Questionnaire