SOLICITATION NOTICE
C -- Indefinite Delivery, Indefinite Quantity Architect and Engineering Services, Eglin AFB FTFA20CR05
- Notice Date
- 7/8/2020 9:59:48 AM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FTFA20CR05
- Response Due
- 7/20/2020 2:00:00 PM
- Archive Date
- 08/04/2020
- Point of Contact
- Melissa A. Hoover, Phone: 850-882-0273, Karen D. Wagner, Phone: 850-882-3144
- E-Mail Address
-
melissa.hoover.1@us.af.mil, karen.wagner.1@us.af.mil
(melissa.hoover.1@us.af.mil, karen.wagner.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a synopsis for an Eglin AFB, FL Indefinite Delivery, Indefinite Quantity Architect and Engineering (A-E) Services � multi-year contract for a five year period, Multi-Discipline. The design work is located in Santa Rosa, Okaloosa, Walton, and Gulf Counties, Florida. This acquisition is a Small Business set-aside and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; Size Standard is $16.5 million.� The A-E will perform Title I, Title II, and other A-E services, on an as required, task order basis to include charrettes; feasibility studies; conceptual designs; budget estimates; CAD produced design of alterations, maintenance, repair, and construction projects; and construction management and inspection. Projects are located within the Eglin Air Force Base Reservation and outlying test sites.� The criteria that will be the basis for selection are listed below in descending order of importance:� (1) Professional qualifications necessary for satisfactory performance of required services;� (2) Specialized experience and technical competence in Department of Defense work, with an emphasis on facilities maintenance;� (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, and compliance with performance schedules;� (5) Location in the general geographic area of Eglin AFB, FL and knowledge of the locality of the project(s). (6) CAD capability and compatibility with Auto CAD (2019, or latest version) and capability to digitize existing drawings for CAD use. (7) Availability of all A-E disciplines in house. (8) Demonstrated success in energy conservation, pollution prevention, waste reduction, and use of recovered materials. Contract shall be Firm Fixed Price for five (5) years, with an option for a six-month extension of services. A minimum of $5,000.00 one time fee will be guaranteed to the awardee A-E firms over the life of the contract including any exercised options. The maximum contract amount shall not exceed $7,500,000.00 for the life of each contract. The minimum Task Order amount is $5,000.00 and the maximum Task Order amount is $1,500,000.00. Any Task Order amount exceeding $1,500,000.00 will require prior agreement between both parties. It is anticipated that at least three contracts will be awarded; however, the government reserves the right to make up to five contract awards. Registration under this NAICS Code 541330 is required. In accordance with DFARS 204.11, all firms should be certified in the System for Award Management (SAM), located at https://www.sam.gov/. Firms desiring consideration must submit six (6) hard copies and one (1) compact disc (CD) of Standard Form 330, Parts I and II Architect-Engineer Qualifications to the Operational Contracting Office, AFMC AFTC/PZIOC, ATTN: Melissa Hoover, 308 West D. Ave, Suite 130, Eglin AFB, FL� 32542-5418. Part I of the Standard Form 330 is limited to 30 pages. The CD must contain a pdf (single or multiple) all of the documents that are submitted in the form of the six (6) hard copies. Please do not email your submission and note that no contractor base access passes will be issued for hand delivery of the A-E Qualification packages. Deadline for receipt of Standard Form 330 in the Operational Contracting Office is 4:00 pm (local time), 20�July 20. Only those firms that submit Standard Form 330 by the receipt date specified in this announcement will be considered for selection. This is not a Request for Proposal. It is anticipated that the final selection will result in the award of up to five contracts. Following completion of the final selection, the government may negotiate with the selected firms in accordance with FAR 36.605. The selected firms will be provided with a Draft Request for Proposal, model contract (SF 252, Price, Schedule, Contract Clauses, and Statement of Work), and request for cost and pricing data. After negotiations conclude, contract award will be made to the most highly qualified A-E firms. Only those firms which submit the Standard Form 330 (Parts I and II) by the receipt date/time specified in this announcement will be considered for selection. The Government will neither award a contract solely based on this synopsis, nor pay for any information that may be submitted by respondents or for any follow up information request for this synopsis. Not providing a response to this synopsis will prohibit and exclude your company from participating in the future solicitations. In accordance with the Brooks Act, the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. All offerors must provide proof that the firm is permitted by law to practice the professions of architecture or engineering, (i.e. state registration number). Failure to submit the required proof could result in an offerors elimination from consideration. Any firms who are offering as a joint venture must include with their submission a complete copy of their joint venture agreement (not included in page limit for Part I). Failure to submit the required proof could result in an offerors elimination from consideration. The deadline for inquiries on this Synopsis is June 30, 2020.� Submit all inquiries via email.� Note the deadline for submittal has been moved to July 20, 2020 at 4pm central. The first round of questions and answers has been posted as an attachement - July 08, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/796ef8cb8f774d51b7b4d3f40569111d/view)
- Place of Performance
- Address: FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN05714490-F 20200710/200708230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |