SOURCES SOUGHT
C -- A/E FY23 DOD POL Title I and Title II - MATOC � Worldwide
- Notice Date
- 2/11/2022 5:01:52 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
- ZIP Code
- 78236-9861
- Solicitation Number
- FA8903
- Response Due
- 3/4/2022 12:00:00 PM
- Archive Date
- 04/01/2022
- Point of Contact
- Geoffrey S. Bender, Elizabeth Wergin
- E-Mail Address
-
geoffrey.bender.1@us.af.mil, elizabeth.wergin@us.af.mil
(geoffrey.bender.1@us.af.mil, elizabeth.wergin@us.af.mil)
- Description
- A/E FY23 DOD POL Title I and Title II - MATOC � Worldwide The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (ESS) and Air Force Civil Engineering Center (AFCEC), is seeking information concerning the availability of experienced firms (Large and Small) that provide Architect-Engineering (A/E) Title I and Title II services for Department of Defense (DoD) Petroleum, Oil, and Lubricant (POL) systems at military installations world-wide.� The purpose of this sources sought is to locate firms that are EXPERIENCED with specific types of A/E DOD POL Title I and Title II Services. Please do not submit Commercial Fuels Title I nor Title II experience as this information is intended to form a DOD POL A/E specific MATOC. �This sources sought shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Formal solicitations will be executed and posted separately at a future date and is estimated to occur in the third or fourth quarter of FY22. AFICC/772 ESS intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for worldwide A&E DOD POL Title I and Title II Services. While projects may be of any value, most projects will range from $100,000.00 to $1,000,000. The anticipated ordering period is two 5 year periods, with on-ramp procedures likely. The total capacity/contract ceiling is expected to be $500,000,000.00. The NAICS code for this work is 541330 - Engineering Services with a size standard of $16.5 million. This may change in the next few months to a size standard of $22.5 million.� Please certify your business as small or large at both size standards on the attached questionnaire (attachment 1). REQUIREMENT DESCRIPTION:� Task orders will be for Architect-Engineer (AE) services in support of the worldwide fuels infrastructure mission, to include US installations supported by the Air Force, Army, Navy, Coast Guard, Air National Guard, and others. These AE Services for renovation of existing facilities, demolition, repair or replacement of Petroleum, Oil, & Lubricant Facilities will provide for Title I, Title II, and associated AE POL services necessary to complete individual task order requirements at any location worldwide. Title I Services include engineering and engineering-related services, to include such things as conducting field surveys and investigations to obtain design data, preparing contract plans, specifications, cost estimates, and estimated construction periods of performance. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, system commissioning services and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including American Petroleum Institute (API) or Steel Tank Institute (STI) inspections, planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, and operation, monitoring, topographic survey services, and infrastructure systems. Title II Services, Designer of Record (DOR) Support and Post Construction Award Services (PCAS)� include construction support services that encompass a full range of disciplinary expertise and services to support various DoD POL Systems repairs, to include on-site construction oversight assistance, design reviews, assistance with quality assurance inspections, adherence to applicable specifications, construction schedule analysis, material submittal reviews, environmental submittal reviews, and other standard construction submittal reviews. Additionally, construction management services will coordinate with other Government agencies to obtain necessary permits, formal inspections, and final Government acceptance. Other Services include, but are not limited to, fuel system analysis, pipeline safety studies, optimization of systems at fuel facilities, pollution prevention activities, design reviews, program management, incidental environmental compliance, scoping studies, investigations, evaluations, value engineering services, and inspections for DLA fuel facilities. SMALL BUSINESS:� The Government reserves the right to determine if a SMALL BUSINESS (SB) set-aside is appropriate within the MATOC pool, as well as any of the targeted socio-economic programs (HUB Zone, 8(a) Small Business, Service Disabled Veteran Owned Small Business, or Women Owned Small Business), based on responses to this sources sought and other pertinent information gathered by the contracting officer. �Therefore, AFICC/772 ESS is seeking input from industry to assist in establishing the most logical utilization of SB and parameters for types of work for set-aside. RESPONSE TO SOURCES SOUGHT Contractors experienced with A&E DOD POL Title I and Title II Services are requested to provide the following information: Complete excel questionnaire. �(Tab 1- Attachment 1) Provide a general summary/outline of your organization, to include your general experience performing A&E DOD POL Title I and Title II Services. Do not exceed 2 pages, 12 font, single spaced in either Microsoft Word or Adobe Acrobat. Include Company name, Cage Code, Address, Point of contact and applicable telephone numbers and e-mail addresses. Provide any comments, feedback, and/or parameters for establishing the types of work that could potentially be set-aside for SB. Do not exceed 1 page, 12 font, single spaced Provide any feedback on the draft Statement of Work. (Attachment 2) Do not exceed 1 page, 12 font, single spaced Request responses be provided no later than 4 March 2:00 PM CT and forwarded to Contracting Officer Captain Geoffrey Bender at geoffrey.bender.1@us.af.mil and Contract Specialist Elizabeth Wergin at elizabeth.wergin@us.af.mil. �Please request a delivery and read receipt with e-mail submission.� If you do not receive an e-mail confirmation within three (3) days please contact the Contracting Officer and/or the Contract Specialist.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8023de30c4f949fcb3684619b3fd1cf0/view)
- Record
- SN06240882-F 20220213/220211230108 (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 |