A-E Services-Design of Shower/Toilet Unisex Facility

From: Federal Government(Federal)
A036666

Basic Details

started - 06 Apr, 2024 (28 days ago)

Start Date

06 Apr, 2024 (28 days ago)
due - 21 May, 2024 (in 15 days)

Due Date

21 May, 2024 (in 15 days)
Pre-Bid Notification

Type

Pre-Bid Notification
A036666

Identifier

A036666
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)PACIFIC AIR FORCES (404)FA5000 673 CONS LGC (1090)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ARCHITECT-ENGINEERING SERVICES, SYNOPSISDesign of Shower/Toilet Unisex FacilityJoint Base Elmendorf Richardson, Alaska1) CONTRACT INFORMATION: a) This contract is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in Part 36 of the Federal Acquisition Regulation (FAR). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. b) Architect-Engineering (A-E) services are required to design a shower/toilet facility for daily use by 300 military personnel. Building analysis and surveys, building design, site investigation, planning, engineering studies, concept design, final design, are required for the subject project. c) North American Industry Classification System code is 541330, which has a size standard of $25.5M. This announcement is open to all small businesses under the size standard. d) A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded
in July 2024 and design completed by April 2025. e) To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. For instruction on registering with SAM see the SAM website at https://www.sam.gov/.2) PROJECT INFORMATION a)Requirement Summary. Prepare 100% sealed design documents for the Design of Shower/Toilet Unisex Facility. Services shall include preparation of design analysis, drawings, specifications, and cost estimate for Materials only. b) Services shall perform administrative duties as required during the JBER Contracting Squadron Back-Check phase. At a minimum, this work may include corrections and/or changes required from JBER Contracting Office or JBER Legal Staff review. This may include errors or deficiencies identified which would preclude the package from being successfully advertised or awarded due to significant comments. c) The A-E shall perform administrative support during the construction phase.3) SELECTION CRITERIA a)The selection criteria for this project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria i through v are primary; criterion vi is secondary and will only be used in the event of a tie among firms that are essentially technically equal. i) Professional Qualifications (1) The Air Force will consider any information, which may be pertinent to this criterion, including the following: proposed key personnel (reference primary discipline list below), professional registration, certifications, training, overall and relevant experience, education, longevity with the company. (2) Project team shall be led by an Architectural Firm with various key engineering consultants and other professional services as required. (3) Key personnel shall be permanent employees of their respective firm/team rather than temporary “contract” employee arrangements. Failure to provide a balanced workforce in the disciplines listed could result in the firm being considered not qualified. (4) The combination of criteria below will be used to determine the ability of the staff to contribute to the successful completion of project work. (5) The Offeror’s team shall include staff members licensed in the State of Alaska in the following disciplines: (a) architecture (team leader) (b) civil engineering (c) cost estimating (d) electrical engineering (e) geotechnical engineering (f) mechanical engineering (g) structural engineering ii) Specialized Experience and Technical Competence (1) The Air Force will consider any information which may be pertinent to this criterion, including the following: specialized experience and technical competence in the performance of services similar to those anticipated under this contract: (2) Architectural design and planning experience with multi-use facilities. (3) Cold climate design experience (4) Design experience in various disciplines, including: (a) architectural (b) building envelope (c) civil (d) electrical (e) associated alarm systems (f) life/safety (g) mechanical (HVAC and plumbing), (h) structural, (i) utility systems. iii) Capacity to Perform (1) Demonstrate how the firm(s) will manage, coordinate and administer the work within the prime and among any teaming partners. (2) Teaming partners to be included by the prime firm in their response should be clearly identified as such, for evaluation purposes, and will later be agreed to during negotiations of any resultant contract. (3) The Air Force will consider any information which may be pertinent to this criterion, including the following: (a) Capacity to perform work in-house and with teaming members. (b) Demonstrate active, on-going Federal and non-Federal work (address current dollar value of work, number of current projects, management approach to your on-going work, and how the team will support the work requirements outlined in this synopsis in addition to current work). (c) Greater weight will be given to Offerors who provide quantitative data to support an assertion of sufficient work-load capacity. iv) Past performance on DoD and other contracts (1) Provide example projects for past performance. In addition to past performance project information provided, the Government’s evaluation may include information available within the DoD, Federal, state, private industry, or other sources. (2) Reponses will be evaluated to determine firms’ ability to maintain cost, schedule, quality, and customer satisfaction. (a) Example Projects: Submit example design projects in narrative format that highlight the experience factors listed above. Narratives shall be supported with illustrations or photographs of completed projects. Each design project example narrative shall not exceed two pages, with no more than three additional pages of supporting illustrations or photographs. Note: These page limits apply to firms electing not to use the provided five-page Past Performance Questionnaire Template. (b) All experience factors do not have to be included in a single project. The Offeror may submit multiple projects to demonstrate experience in all relevant types of work, however, do not submit more than three projects total. For submittal purposes, if a completed ID/IQ task order is submitted, the completed task order would be considered a “project”. DO NOT list an ID/IQ contract as an example of a completed “project”. Instead, list the relevant completed task order(s) or single/stand-alone contract. (c) The narratives of example projects must show contract number, issuing agency, project name, a current point of contact (including telephone and email information); project scope, size, and location; design fees, total number of modifications or change orders issued during performance of project; date of project completion, construction cost estimate, principal design elements and features; complexity of the job, challenges faced and actions taken; and the resolution and results of any challenges faced. (d) If known, list the construction contract award price, and the total number of construction contract modifications/change orders and their total value. (e) Example projects may be from the private or public sector; however DoD projects may be rated higher. Projects completed more recently will be evaluated more advantageously. The design of all example projects must have been completed within the past three years. (f) The evaluation will consider the relevancy (design and construction scope, magnitude, and location) of example projects submitted, and give greater weight to those projects deemed most like the project for which the design team is being rated. Relevancy will be determined against the criteria described in this section of the Evaluation Criteria. Examples of work submitted that do not meet the requirements specified here will not be evaluated. (g) Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified and eliminated from further consideration. Identify any key personnel that worked on the projects and their role. Specialized experience and technical competency will be evaluated for ability to support the range of work required for this contract, as demonstrated by firm’s submitted projects. v) Knowledge of the Location (1) In single page narrative, demonstrate the Architectural firm and respective team of consultants’ familiarity with local conditions, to include knowledge of and experience dealing with the regulatory agencies; geological features; logistics; climatic conditions; and local design and construction methods. vi) Geographic Proximity (tiebreaker) to JBER, AK. For proximity purposes, using commercial software, the zip code listed in a firm’s registration will be used as the starting point. The Contracting Office’s zip code will be used as the destination. Proximity is the measure of the shortest distance between starting point and destination. b) Selection Ratings. The following adjectival ratings will be used to evaluate the documentation submitted:Outstanding - Submittal meets requirements and indicates an exceptional approach and understanding of the requirements. Submittal contains multiple strengths and no weaknesses or deficiencies. Good - Submittal meets requirements and indicates a thorough approach and understanding of the requirements. Submittal contains at least one strength, may have a few weaknesses, but has no deficiencies. Acceptable - Submittal meets requirements and indicates an adequate approach and understanding of the requirements. Submittal has no strengths, does have weaknesses, but has no deficiencies.Marginal - Submittal does not clearly meet requirements and has multiple or significant weaknesses; but has no deficiencies.Unacceptable - Submittal does not meet requirements and contains one or more deficiencies.4) QUESTIONS AND INQUIRIES ABOUT THIS SYNOPSIS a) All inquiries regarding this synopsis are to be submitted via email to Maureen Badey at maureen.badey.1@us.af.mil and Kendra Lemke at kendra.lemke@us.af.mil. Any questions whether technical or contractual in nature shall be submitted in writing by 4:00 p.m. (AKDT) on Thursday, 25 April 2024. b) Responses to bidder inquiries will be posted to sam.gov by Close of Business on Thursday, 2 May 2024. All bidders will be held to have reviewed the questions and responses in sam.gov to bid submission. Nothing in the solicitation is changed unless an amendment is sent out.5) SUBMISSION REQUIREMENTS a) Interested firms having the capabilities to perform this work must submit one electronic copy of SF 330 Part I, and one electronic copy of SF 330 Part II for the prime firm and all consultants, to this office no later than Monday, 20 May 2024 by 4:00 p.m. (AKDT) unless changed by amendment. Qualifications shall be submitted via email to Maureen Badey at maureen.badey.1@us.af.mil and Kendra Lemke at kendra.lemke@us.af.mil. i) Acceptable electronic formats are Adobe Portable Document Format (.pdf); or Microsoft Word Document version 2007 or later (.docx). ii) No single file may exceed 13 Megabytes (MB) in size. Files which exceed this limit must be separated using the following naming convention: (1) Firm Name, SF-330 Part {I or II}, Volume {x of n}. (2) Example: “Wayne Enterprises, SF-330 Part I, Volume 1 of 3” b) The SF 330 Part I shall not exceed 50 pages (8.5 inches by 11 inches), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Note: Past Performance Questionnaires c) Use no smaller than 12 font type. Include the firm's Unique Entity Identifier number in SF 330, Part I, Section H. d) Information required to be submitted in the SF-330 may not be incorporated by reference. e) Submit all documents to both the primary and secondary points of contact listed in this notice.6) GENERAL a) Facsimile transmissions will not be accepted. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. This notice is a Request for Qualifications; it is not a Request for Proposal (RFP). b) Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this public announcement, either before or after the closing date. In the event the Government cancels this public announcement, the Government has no obligation to reimburse an offeror for any costs.7) ATTACHMENTS a) Past Performance Questionnaire Template b) SF330 – Architect-Engineer (A-E) Qualifications Instructions

Location

Place Of Performance : N/A

Country : United StatesState : AlaskaCity : Anchorage

Office Address : ADMIN ONLY NO REQTN CP 907 552 5614 10480 SIJAN AVE STE 242 JBER , AK 99506-2501 USA

Country : United StatesState : AlaskaCity : Anchorage

You may also like

USGS A-E TASK ORDER AGAINST FWS A-E MATOC FOR DESIGN UPS UPGRADE, LAFAYETTE, LA

Due: 31 Mar, 2025 (in 11 months)Agency: US GEOLOGICAL SURVEY

Rfq No:1516820:renovation to Savp Toilets and Shower Facilities at Nhls

Due: 21 May, 2024 (in 16 days)Agency: National Health Laboratory Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C211Architect - Engineer Services (including landscaping, interior layout, and designing)