Incirlik Air Base 2023 Architectural Services Indefinite Delivery Indefinite Quantity (IDIQ) Synopsis
2023 Architectural Services Indefinite Delivery Indefinite Quantity (IDIQ) Firms should respond to this notice no later than 23 June 2023, 1:00 PM, TR Time. THE NAICS CODES FOR THIS ACQUISITION IS 541... 2023 Architectural Services Indefinite Delivery Indefinite Quantity (IDIQ) Firms should respond to this notice no later than 23 June 2023, 1:00 PM, TR Time. THE NAICS CODES FOR THIS ACQUISITION IS 541330 (ENGINEERING SERVICES), BUSINESS SIZE STANDARD IS $16.5 MILLION. This is a request for Standard Form (SF) 330, not a Request for Proposal (RFP). The 39th Contract Squadron, Incirlik Air Base, Türkiye, is seeking qualified architectural firms to perform Title I and Title II design services on all disciplines to include architectural, civil, structural, mechanical, electrical and environmental. The submitting firms need to include all architectural and engineering disciplines either inhouse or by consultant(s). All the proposed consultants will need to be included in the Standard Form 330. The directions to complete the Standard Form 330 are on the form. Contractors should submit Part I of the Standard Form 330 for the prime contractor and Part II for each sub-consultant. The primary services will be to provide designs for new or renovated facilities, to include, but not limited to: field investigations, topographic surveys, soil borings, geotechnical analysis and reports, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and testing, schematic design, design development, value engineering, cost estimating, storm water, domestic water and waste water permits, and preparation of specification and construction contract documents for Incirlik Air Base and all other United States military facilities in Türkiye. Specifications and other reports must be provided as hard copy and in electronic format using Microsoft Office products. Drawings, including Geographical Information System (GIS) products, must be provided in AUTOCAD 2015 or higher. Firms should describe their GIS capabilities in their submittals. Designs may need to include provisions for asbestos/lead removal. Other services may include project programming; site, utility, traffic, and facility planning studies and preparations of environmental studies, reports, or permit preparation. Task orders will require architectural and all major engineering disciplines such as civil, structural, geotechnical, transportation, water resources, fire protection, mechanical, electrical, and environmental. A-E selected is guaranteed a minimum of $70,000 in fees during the basic year of the contract. The contract will be for five years and shall not exceed a cumulative total of $10,000,000.00. A-E Selection will be limited to firms submitting an SF 330 and will be based solely on the information provided on these forms. Equal importance will be placed on primary factors 1-4 during evaluation. 1. Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural Engineers, Civil Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Interior Designers, Landscape Designers, and Registered Surveyors; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD). 2. Specialized experience and technical competence in performing design on Air Force DoD IDIQ type contracts. The type of services can include a) Design services: schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; b) Investigation services: topographic surveys, geotechnical analysis, and reports, investigation of existing building conditions, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and studies; c). Planning services; site, utility, infrastructure; traffic and facility planning studies and analysis experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. 3. Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meeting project dollar thresholds, and current workload. 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 subcontractors) will include quality control/quality assurance program to assure coordinated technically accurate. Request for Proposal (RFP) documents, Task order award documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies will be made along with the Past Performance Contractor Performance Assessment Reporting System (CPARS) automated information system will be queried for all prime firms to be assessed. Sub-factors 5-6 are listed in descending order of importance. 5. Location in the general geographical area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of qualified firms. Given the nature and size of the subject project, special emphasis will be placed on firms located within 150 miles and firms with offices where the key personnel work from within 150 miles of Incirlik Air Base, Türkiye. 6. Include the following statement in submittal Section H, “Additional Information” on Standard Form (SF) 330’s: “This firm/joint venture has been awarded $xxx,xxx of DoD fees in the twelve months preceding the date of this synopsis. Required Documents: Interested firms which meet the requirements described in this announcement are invited to submit an original Standard Form 330 as one digital copy in PDF format. Standard Form 330, Section F, include project owners name, point of contact, address, phone # and e-mail address. This information may be used to send out surveys to the owners to obtain information concerning the firms past performance. Please verify that the owner’s point of contact currently works for the owner and the contact numbers are correct. Responses should address only specific items requested in this announcement and in the Standard Form 330. Extraneous information will not be reviewed. This synopsis is for the purpose of soliciting SF 330s from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. The United States Government intends to solicit from the three (3) highest rated firms, but reserves the right to solicit more or fewer firms based on the quality and number of submissions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (23 June 2023, 1:00 PM, TR Time) will be considered for selection. Fax copies will not be accepted. Part of the contractors’ responsibility determination to be made includes having all prospective contractors having a current NIST SP 800-71 assessment in the Procurement Integrated Enterprise Environment (PIEE). A contractor search in the Supplier Performance Risk System will be made to verify each contractor’s assessment has been completed and the security requirements are either fully met or identifies a work plan to implement the remaining security requirements. Additionally, all interested parties must have a valid and active sam.gov registration. Failure to meet this requirement will result in the contractor’s removal from consideration. Any questions concerning these requirements must be submitted no later than 06 June 2023 at 2:00 PM TR Time. Responses to any questions submitted will be posted to beta.SAM.gov. Deliver Completed Capability Package to: SSgt Elijah Braly 39 CONS/PKA elijah.braly@us.af.mil
Data sourced from SAM.gov.
View Official Posting »