The RFP Database
New business relationships start here

A&E Verticle Construction IDIQ


South Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

  THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT ONLY.

Architect-Engineer (AE) services are required for an open-end, indefinite delivery, indefinite quantity (IDIQ) contract. Joint Base Charleston is seeking a qualified firm to provide architectural and multi-disciplined engineering services involving the study, design and preparation of request for proposal documents for repairs, alterations, and/or new construction of commercial, industrial and residential facilities, utilities, pavements and other infrastructure at Joint Base Charleston - Air Base, Joint Base Charleston - Weapons Station, North Auxiliary Airfield (North, SC) and Short Stay Naval Recreation Area (Moncks Corner, SC). The contract duration will be one year from the date of contract award with four (4) additional one-year options allowing the term of the contract to be extended up to five years. There will be no future synopsis in the event the options included in the contract are exercised. The contract will have a maximum limit of NTE $7,500,000 for the life of the contract. Individual delivery orders shall not exceed $499,000, unless mutually agreed to by both parties. The estimated starting date is June 2015. A minimum of $37,500 in fees paid is guaranteed for the base period of performance. No specific minimum amount is guaranteed in any of the option years. Delivery orders issued against the IDIQ contract will be firm fixed price. The estimated construction cost range for projects under this contract is between $100,000 and $8,000,000. It is anticipated that the majority of the projects will range between $400,000 and $4,000,000 in construction cost.


The work requires AE services necessary for the preparation of plans using the latest release of AutoCAD (or compatible version), specifications using the Unified Facilities Guide Specifications and SPECSINTACT, cost estimates using R.S. Means cost data and Design Build Requests For Proposal (RFPs). Construction delivery strategy is normally design-bid-build. In addition to services related to design, the following services may be required during the life of the contract: technical reports, studies, planning, surveys, investigations, economic analysis, review of shop drawings, review of contractor submittals, collateral equipment lists, construction consultation, construction inspection services, Title II inspection services, construction record drawing services, and other AE work in support of design and construction. The projects associated with this contract shall involve any combination of architectural, civil, structural, mechanical, electrical and fire protection engineering disciplines. Projects may also involve landscape design, interior design, cost estimating, Geographic Information System (GIS) services and antiterrorism/physical security engineering services.


The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible. The AE firm may be required to conduct comprehensive asbestos and lead containing material surveys and provide design to provide for the removal and disposal of these materials in accordance with applicable laws and regulations. Firms unable to accept work involving asbestos and lead containing materials need not apply.


The Architectural discipline shall have experience in the following areas: demolition, asbestos abatement, lead assessment and abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, architectural programming, graphic presentation, physical planning and antiterrorism and physical security requirements. The Civil discipline shall have experience in the following areas: demolition, site preparation, industrial and sanitary wastewater collection and treatment systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, storm drainage systems, geotechnical studies/testing and associated work, earthwork, roads, parking lots, fencing, playgrounds, topographic and boundary surveying and airfield design. The Structural discipline shall have experience in the following areas: building cladding and framing systems, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manholes utility support systems and other related facilities, geotechnical studies/testing and associated work and airfield maintenance facility design. The Mechanical discipline shall have experience in the following areas: heating, ventilation and air conditioning systems, industrial ventilation, demolition, energy analysis, control systems, steam and hot water boilers and converters, chilled and hot water distribution, compressed air and vacuum systems, engine generator installations, geothermal systems and other related mechanical systems. The Electrical discipline shall have experience in the following areas: interior and exterior electrical distribution systems up to 26.4KV, transformers, substations, voice and data communication systems, fire protection systems, mass notification systems, exterior lighting systems, intrusion detection and alarm systems, electrical generation plants, airfield lighting and other related work. The Fire Protection discipline shall have experience in the following areas: fire suppression systems, fire protection systems and mass notification systems. The AE firm (or a consultant for the firm) shall have the capability to prepare data for direct incorporation into the GeoBase geographic information system maintained at Joint Base Charleston. Each discipline shall have experience in incorporating the Department of Defense (DOD) Antiterrorism Standards for Buildings into design and construction packages.


AE firms meeting the requirements described in this announcement and desiring consideration shall submit the appropriate data described herein no later than 8 January 2015 at 4:00PM EST. AE firms shall respond directly to each of the selection criteria shown below. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the AE firms:


1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of individual design team members to design similar repair, alteration, and new construction projects. (b) Knowledge of multi-discipline design projects through recent design experience. (c) Knowledge of Department of Defense design criteria through recent design experience, with knowledge of Air Force design criteria being preferred. (d) Professional registration of each discipline's lead engineer. It is preferred that key personnel hold current professional registration in South Carolina. (e) An engineer registered in the discipline of fire protection with at least 5 years of fire protection experience. (f) Knowledge and application of the minimum DOD Antiterrorism Standards for Buildings. (g) Knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design. It is preferred that key personnel hold current LEED certification.


2. SPECIALIZED EXPERIENCE (a) Recent multi-discipline experience of the proposed design team, including consultants, in designing repair, alteration and new construction projects to Department of Defense criteria. (b) Experience in comprehensive interior design and space planning.


3. PERFORMANCE (a) Recent past performance on contracts with DOD and private industry with respect to cost control, quality of work and compliance with performance schedules. Recent past performance on DOD contracts is preferred to private industry. (b) Incorporation and use of design Quality Control/Quality Assurance processes to assure fully coordinated, technically accurate plans, specifications, cost estimates and RFP documents.


4. CAPACITY (a) Ability to accomplish multiple projects simultaneously and within established time limits. (b) Ability to sustain the loss of key personnel while accomplishing work within required time limits.


5. LOCATION (a) Knowledge of probable site conditions and local requirements which can affect projects. (b) Knowledge of the local permitting processes and the ability to obtain required permits. (c) Geographic location of key personnel to ensure timely response to requests for on-site support. (d) Interested firms must be located within 250 miles driving distance of Joint Base Charleston, SC.


6. VOLUME OF DOD WORK (a) Firms will be evaluated on the volume of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of contracts among qualified AE firms.


Firms meeting the requirements listed in this announcement are invited to submit one copy of a completed SF Form 330, Architect-Engineer Qualifications, to the office indicated below no later than 8 January 2015 at 4 pm EST. Site visits will not be arranged during the advertisement period. Interested firms are also requested to include on SF 330 in Block 30 of Part I, Section H, why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 30 to provide additional information desired by your firm. Only the SF 330 will be reviewed. Experiences identified in Part I, Section F should not be more than 5 years old. The AE firm's primary person proposed to be the direct day-to-day contact with Joint Base Charleston throughout the contract work must be identified as the "Project Manager" in Block 13 of Part I, Section E. Information in the cover letter and any other attachments will not be included in the official selection review process.


This solicitation is restricted to small businesses. The Government intends on evaluating firms who respond to this notice using the procedures set out in FAR 36.6, DFARS 236.6 and AFI 32-1023. These procedures include an initial evaluation board to identify firms that have a reasonable chance of being considered as most qualified followed by a second evaluation board to identify the top three rated firms. A request for proposal leading to a contract will be issued to and negotiated with one or more of the most qualified firms. As noted above, the Government reserves the right to award more than one contract for AE services to those who respond to this notice. Contractors that have held pre-existing AE contracts with Joint Base Charleston are eligible to submit a response to this notice. This is not a request for proposal (RFP). All contractors must be registered in the System for Award Management at www.SAM.gov. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.

Contracting Office Address:
Department of the Air Force, Air Mobility Command, 628th Contracting Squadron, 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021
Point of Contact: Nicholas Barrett; (843) 963-5179 nicholas.barrett.6@us.af.mil


Nicholas B. Barrett, Phone (843) 963-5179, Fax (843) 963-2829, Email nicholas.barrett.6@us.af.mil - Cheryl M Bennett, Contracting Officer, Phone (843) 963-5173, Fax (843) 963-2829, Email cheryl.bennett@charleston.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP