Architect Engineer IDIQ
NOTICE TO OFFERORS: THIS IS NOT A REQUEST FOR PROPOSAL CONTRACT INFORMATION Architectural and Engineering (A-E) design services are required for award of Indefinite Delivery Indefinite Quantity (IDIQ)... NOTICE TO OFFERORS: THIS IS NOT A REQUEST FOR PROPOSAL CONTRACT INFORMATION Architectural and Engineering (A-E) design services are required for award of Indefinite Delivery Indefinite Quantity (IDIQ) type contracts for Mountain Home AFB, ID and surrounding areas, in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Multiple contracts may be awarded (comtemplating 2 large, 2 small) from this notice. Anticipated award date is September 2019. NAICS code is 541330 -size standard is $15M. The anticipated performance period will be a five year ordering period. The guaranteed minimum dollar amount for each contract is anticipated to be $1,000 and the maximum dollar amount for each contract is anticipated to be $4,950,000. Work will be issued by negotiated firm-fixed-price task orders; anticipated projects will be minor construction or repair. Design requirements will range from environmental analyses, studies or charrettes, from 35% designs to 100% complete designs. For less-than 100% designs, emphasis will be on quick response. Most project construction budgets will range between $100,000 and $900,000. Direct labor fees have a statutory limitation of 6% of the estimated cost of construction in accordance with the Brooks Act. POINTS OF CONTACT Emily Morrison, Contract Specialist Phone: (208)828-2664 Email: emily.morrison.1@us.af.mil Eric Nagel, Contracting Officer Phone: (208)828-3115 Email: eric.nagel.3@us.af.mil Mailing Address: 366 Financial Acquisition Squadron/PKB 366 Gunfighter Ave. Suite 2102 Mountain Home AFB ID, 83648 SERVICE DESCRIPTION The 366th Financial Acquisition Squadron will be soliciting for up to four (4) Indefinite Delivery Indefinite Quantity (IDIQ) Architectural Architect-Engineer (A-E) Contracts for Title I, Design Services, and Title II, Inspection Services. Individual Task Orders may request the following types of services: Title I: Design Services, Title I-A Investigation Services to include researching testing and presenting information required for project design,Title I-B Design Services to include design and production of analyses, plans, specifications, and other documents required for project execution. Title II: Construction Surveillance to include supervision and inspection of construction, review of contractor submittals, and preparation of as-built drawings. The Government may award Title II services under this open-end contract and reserves the right to negotiate for services should they become required. Such services could consist of architectural, civil, structural, mechanical, electrical, fire protection, landscape, environmental, and topographical cadastral and geotechnical surveys of existing conditions or facilities and field surveys for topographic or locative purposes; development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project. The area of work shall include, but not limited to, Mountain Home Air Force Base and surrounding areas supported by Mountain Home AFB. INSTRUCTIONS TO OFFERORS Qualified firms desiring consideration shall submit two (2) hard-bound and tabbed copies and one (1) CD containing the following: Standard Form (SF) 330, as provided in attachment. Submissions are due by 2:00 PM MST on 19 July 2019 to the 366th Financial Acquisition Squadron as noted above in the Points of Contact of this advertisement. Email and Fax submissions are not acceptable. Nonresponsive submissions will not be considered by the A-E selection board. Text for each applicant is limited to 50 pages each, 10 point font minimum, exclusive of indexing tabs, project photos or drawings with brief captions. The SF 330 is also available on the GSA website: http://www.gsa.gov/portal/forms/download/116486. All firms are advised that registration in the System for Award Management (SAM), previously CCR, database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website: http://www.sam.gov. This is not a request for proposal. EVALUATION CRITERIA Submissions received in response to this notice will be evaluated by a board of engineers and others in accordance with FAR Part 36.6 and PL 92-582 (Brooks A-E Act). Evaluation Criteria, in relative order of importance, to be used for selection of the A-E firms include: [1] Professional qualifications of the staff to be assigned to the project; [2] Specialized experience and technical competence in the type work required including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials demonstrating ability in past professional work of similar nature, including planning of site developments and installations, infrastructure maintenance, design for repair and construction projects, studies, analyses, surveys, investigations, reports, engineering evaluations, making specifications and drawings using BIM technology, supervising and coordinating all phases of A-E work, inspection, and use of recovered materials; [3] Capacity to accomplish the work in the required time; [4] Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules; [5] Location within a 600 mile radius of Mountain Home AFB ID with priority to local firms-the personnel of the prime A-E firm intended to support any resulting contract must be located in an office within the specified radius; and [6] Volume of work previously awarded to the firm by the Department of Defense (DoD) during the last 12 months with priority given to firms who have accomplished DoD work. Each firm will indicate selected consultants to include, but not limited to, the following design disciplines: Architectural (including landscape architects), Civil Engineer (general and airfield design), Structural, Mechanical (primarily HVAC, plumbing, and fire protection), Environmental (hazardous waste identification and design), and Electrical (building design, fire detection and alarm systems, exterior lighting, and underground distribution). Consultants, joint ventures, or complete in-house capability of the listed design disciplines is acceptable. The SF 330s must be received no later than 2:00 p.m. MST 19 July 2019. Email questions to: emily.morrison.1@us.af.mil UPDATE: Due date has changed. Please see above. Please complete all parts (I and II) as provided in attachment SF 330. Text for each applicant is limited to 50 pages in total (including all parts and cover letters), 10 point font minimum, exclusive of indexing tabs, project photos or drawings with brief captions. MHAFB is primarily interested in engineering services, therefore NAICS code is accurately provided as 541330. Companies submitting SF 330s must be registered under NAICS code 541330. This is not a Request for Proposal; do not provide information on pricing.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »