Combat Arms Training & Maintenance Complex PCR
This is an Architect-Engineer (A-E) service acquisition for a single firm-fixed price contract. This is a Competitive Small Business Procurement limited to qualified/eligible Small Business firms loca... This is an Architect-Engineer (A-E) service acquisition for a single firm-fixed price contract. This is a Competitive Small Business Procurement limited to qualified/eligible Small Business firms located nationwide with the assigned NAICS code. All other firms are deemed ineligible to submit offers. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541310 with a small business size standard of $7,500,000.00. Multiple awards for this requirement will not be made. The resultant solicitation and award will be accomplished in accordance with the Brooks A-E Act as implemented in the procedures of the Federal Acquisition Regulation, Subpart 36.6. A-E services are required for development of a User Requirements Document(s) (URDs) and Programming Charrette Report (PCR) for the Combat Arms Training & Maintenance Complex project for the 4th Civil Engineering Squadron at Seymour Johnson AFB in NC. A. PERIOD OF PERFORMANCE AND MAGNITUDE: The magnitude for this requirement is between $100,000 and $250,000. The period of performance is 150 calendar days from the date of the award. All work shall be in strict compliance with the specifications of the contract. B. DESCRIPTION OF PROJECT: A combat arms training and maintenance complex for Seymour Johnson AFB personnel. This facility will contain a 35-lane fully contained indoor small arms range, combat arms training facility, and a warehouse. The facility will consist of three main areas: 1. A 35-lane fully contained indoor small arms range to include a storage room for range supplies, an observation booth, and all required exhaust and ventilation systems 2. The training facility will include an administration area, a classroom, weapons simulator room, weapons cleaning and maintenance areas, and an arms vault 3. The project will also include a 4000 SF warehouse. C. TYPE OF WORK: Project management plans, 3D architectural renderings, data gap identification, drawings, space analysis, and parametric cost estimates are required for this project. Registered Professional A-E services in the Continental United States with the required disciplines of architectural, civil, structural, mechanical, electrical, environmental, as well as fire protection, and mechanical, as needed, are required. Field surveying, geotechnical, landscaping design and architectural rendering capabilities must be identified. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. Familiarity with sustainable design through an integrated design approach is required. The possibility of hazardous materials, i.e., asbestos, lead paint, and other materials may exist at project sites. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm and its sub-contractors. All drawings are to be in electronic attachment format, DWG format and shall be 100% compatible with Computer Assisted Design Drawing Software (CADD). Documentation shall be furnished with each drawing file detailing layer usage, and scale information for drawings. CADD Drawings shall conform to SJAFB CADD standards. CADD drawing sets shall use the Drawing Sheet Set Manager, drawing templates, and layer standards as described in SJAFB CADD standards. Title blocks shall remain unaltered and title block data shall be updated utilizing the Sheet Set Manager. The selected firm must have the capability of providing final drawings formatted in AutoCAD 2012 or higher, drawings produced using AutoCAD LT versions are unacceptable. Each final drawing set shall be provided using the "E-Transmitt" function of AutoCAD, and provided on CD-ROM formatted for the Windows operating system. All contractors are required to be registered in the System for Award Management (SAM) database prior to receiving a contract award. All offerors in response to a solicitation shall complete electronic annual representations and certifications at https://www.sam.gov in conjunction with required registration in the System for Award Management (SAM) database. The selected A-E firm will be required to participate in an orientation, scope of work and site visit meeting (when requested) within seven (7) calendar days after receiving the request for proposal for a project. A-E services for this project will be accomplished under a single contract. D. EVALUATION /SELECTION CRITERIA: Selection criteria to be utilized are listed in the relative order of importance as follows: 1. Professional qualifications and registrations necessary for satisfactory performance of required services; 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Professional/educational qualifications of key personnel of the A-E firm (including consultants and/or sub-contractors) as well as the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services for the requirement as described in the Type of Work, above; Employs or has consultant for the following: architectural, civil, structural, mechanical, electrical, environmental, as well as fire protection and mechanical specialists, are required; Ability to meet on an as-needed basis to discuss designs, design reviews, cost estimates, inspections, contract administration and field engineering issues; Historical dollar value and magnitude of requirements performed; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD) and in Building Information Modeling (BIM) systems; 3. Professional capacity to accomplish the work in the required time limits while meeting project dollar threshold; 4. 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 consultants and/or sub-contractors) will include quality control/quality assurance program to assure coordinated technically accurate Request for Proposal (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Supplier Performance Risk System (SPRS) will be queried for all prime firms to be assessed; Government will also consider any credible information obtained from other sources in addition to those identified by the firm if adequate information is not available in PPIRS. 5. Acceptability under other appropriate evaluation criteria: Volume of DoD contracts awarded in the previous 12 months. E. REQUIRED DOCUMENTS: Interested firms, which meet the requirements described in this announcement, are invited to submit copies of their completed Standard Form (SF) 330, Parts I and II (Architect-Engineer Qualifications) for consideration. Acceptable submission methods are outlined below. Standard Forms 330: Limit your SF 330 along with supporting data for a total package of not more than 20 pages, 8 ½ x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. 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. This is not a request for proposal; this synopsis is for the purpose of soliciting SF 330's from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. It is estimated that one (1) resultant contract will be awarded by closing of fiscal year 2019 as a result of this solicitation for Standard Forms 330s Parts I and II. Only firms who respond to this announcement by the response date (19 August 2019, 4:00 PM EST) will be considered for selection. F. ACCEPTABLE SUBMISSION METHODS: By Mail: Submit three (3) copies (1 original and 2 copies) of the required documents as outlined above to: Seymour Johnson Air Force Base 4th Contracting Squadron/PKA 1570 Wright Brothers Avenue, Bldg 2903 Seymour Johnson AFB, NC 27531. By Email: Submit one (1) electronic copy of the required documents as outlined above to BOTH of the following: Primary POC: SrA Stephen Aguero-Cheek at e-mail: stephen.aguerocheek@us.af.mil Alternate POC: Mrs. Jennifer Miller at email: jennifer.miller.61@us.af.mil Questions may be addressed to the POCs listed above.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »