SPECIAL NOTICE
C -- SF330 Request For A&E Services, Ellsworth AFB, South Dakota
- Notice Date
- 9/7/2022 9:05:28 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA4690 28 CONS PKC ELLSWORTH AFB SD 57706-4947 USA
- ZIP Code
- 57706-4947
- Solicitation Number
- FA469022SF330
- Response Due
- 10/14/2022 3:00:00 PM
- Point of Contact
- Samantha Elizabeth Hough, Phone: 6053851730, Benjamin Crain, Phone: 6053851750
- E-Mail Address
-
samantha.hough.2@us.af.mil, benjamin.crain@us.af.mil
(samantha.hough.2@us.af.mil, benjamin.crain@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A NOTICE ONLY FOR SUBMISSION OF ARCHITECT-ENGINEERING QUALIFICATION PACKAGES, SF 330. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS, ETC., ASSOCIATED WITH THIS NOTICE. DESCRIPTION: ARCHITECT AND ENGINEER (A-E) SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACT(S) FOR DESIGN OF CONSTRUCTION PROJECTS, GENERAL AND ENVIRONMENTAL STUDIES, SUPPORTING SERVICES, TITLE I, AND TITLE II INSPECTION SERVICES AT ELLSWORTH AFB, SD. 1.� This notice is limited to Architect and Engineering firms located within a 100 mile radius of Ellsworth AFB, SD.� This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� This procurement is a 100% SMALL BUSINESS SET-ASIDE for firms classified under NAICS Code 541330, size standard $25,000,000.00. The small business prime contractor, which must be an architecture or engineering firm, must meet the subcontracting limitations established in FAR 52.219-14, Limitations on Subcontracting.� The firm�s capability statement shall demonstrate the qualification necessary to meet the requirements established in FAR 52.219-14.� Additionally, the selected firm(s) must perform the primary Architectural and Engineering disciplines and may employ qualified consultants to perform other disciplines.� Before a small business is proposed as a potential contractor, they must be registered in System for Award Management (SAM) accessed at http://www.sam.gov.� Failure to register may render the A-E Firm Ineligible for award. 2. �Scope of Services: �Procure professional services shall include Title I, Title II, Base Comprehensive Plans, and other Architect and Engineering (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Part 36.� Firms will be selected for negotiation based on demonstrated competence and qualifications for the required A-E services.� A professional Architect and/or Engineer in the appropriate discipline, licensed in the state of South Dakota, shall stamp all contract drawings.� Projects will vary by type, scope, and complexity requiring the use of various and multiple facility design disciplines and related technical services.� A-E services for Architecture, Master Planning, Interior Design, Civil and Site Engineering, Electrical Engineering, Telecommunications engineering, Industrial/Process Engineering, Mechanical and Plumbing Engineering, Refrigeration Engineering, Structural and Seismic Engineering, Blast Engineering, Fire Protection, Aircraft Fire Protection, Engineering and Life Safety, Environmental Engineering, Landscape Engineering, Sustainability Coordination, Industrial Hygiene, Cost Estimating, Project and Program Management and Geotechnical Engineering and Investigations will be required.� Other professional services for comprehensive planning, studies, reproduction, electronic document posting, and construction management/administration will be required.� The A-E will be required to prepare studies, plans, conceptual drawings, drawings, technical specifications, cost estimates, analysis, reports and value engineering as required for a variety of maintenance, repair, alteration, and renovation for delivery of construction projects.� Services provided will be for a multitude of services for large projects to include restoration and modernization projects; major construction (addition/remodel); maintenance (repair/alteration) of existing real property.� Firms should have the capability to respond to a very short performance time line and projects which contain specialized discipline requirements and keen management / project oversight.� 3. Contract Information: Open-end A-E contracts will be issued for a one-year period (basic year) and with four, one-year option periods exercised at the discretion of the Government. A maximum of four (4) A-E Open- End contracts may be awarded based on amount and type (primary discipline) of projected workload and availability of funds under NAICS code 541330. The total fees for the basic year and all option years shall not exceed $4,500,000. Each proposed contract will consist of negotiated fixed priced delivery orders with a guaranteed overall minimum of $500.00 over the life of the contract, and a maximum contract capacity of $4,500,000.� The minimum award guarantee will be satisfied by a post-award conference.� 4. Selection Criteria: Evaluation factors include the following: a. Professional qualifications necessary for satisfactory performance of the required services b. Specialized experience and technical competence for the required services c. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules d. Capacity to accomplish the work in the required time; e. Location in the general geographical area of Ellsworth AFB (defined as 100 miles); f. Volume of work previously awarded by this office and DoD. Evaluation factors ""a"" through ""c"" are the most critical. Evaluation factor �d� is critical but carries less evaluation weight than �a� through �c�.� Evaluation factors ""d"" and ""f"" are the least important factors. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Potential interested parties are responsible for downloading their own copy of the SF 330. 5. �Interested firms should respond to this announcement by submitting two copies of the SF 330, Architect-Engineer Qualifications, via the following electronic media: electronic mail NOT LATER THAN 4:00pm MDT, 14 October 2022. Contract award is anticipated to be in June 2023 timeframe. All responses must be sent in PDF or Microsoft Word format to: samantha.hough.2@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af9e85ec438c43719f942cd61e3ccc12/view)
- Place of Performance
- Address: Ellsworth AFB, SD 57706, USA
- Zip Code: 57706
- Country: USA
- Zip Code: 57706
- Record
- SN06454928-F 20220909/220907230129 (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 |