SOLICITATION NOTICE
C -- Design Renovate Club XL for the Commons
- Notice Date
- 6/16/2023 2:34:36 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
- ZIP Code
- 78843-5101
- Solicitation Number
- MXDP23-1016
- Response Due
- 7/17/2023 12:00:00 PM
- Archive Date
- 08/01/2023
- Point of Contact
- Javier B. Hinojosa, Phone: 8302984965, Rebecca Pelayo Ruelas, Phone: 8302985115
- E-Mail Address
-
javier.hinojosa.4@us.af.mil, rebecca.pelayo_ruelas@us.af.mil
(javier.hinojosa.4@us.af.mil, rebecca.pelayo_ruelas@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ARCHITECT-ENGINEERING (A-E) SERVICES AT LAUGHLIN AFB, TX. ""Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs."" The 47th Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services at Laughlin AFB, TX to design the renovation of Club XL for the Commons, B472. BACKGROUND: Club XL for the Commons (bldg. 472) at Laughlin AFB, Texas is a 17,500 square foot facility that houses multiple Air Force functions utilized by all units within the installation. Laughlin Air Force Base (AFB), Texas is seeking responsible sources to establish a Firm Fixed-Price Contract in which the awarding company will be responsible for a design of a renovation project for Club XL Commons, building 472. The purpose is to provide a design to that will include the integration of a dining facility, automated Grab-N-Go, renovated kitchen, indoor playground addition, provide an open floor concept, reconfigure office space, renovate existing restrooms, and renovate the bar area that is responsive to the base's food service needs and increased demand for the facility. This design is requested by the user to meet the food summit challenges, improve usability, and meet the increase of demand for its use on Laughlin Air Force Base. The project is expected to require the redesign of the existing facility approximately 17,500 square feet and its electrical systems, mechanical systems, plumbing systems, fire protection engineering systems, structural systems, addition/relocation of communication connections, interior finishes, but is not limited to them in order to provide a complete and usable design. Design shall also ensure the existing site utilities are adequate to meet the needs of the renovation. The renovation design shall provide complete design services for the addition of an indoor playground approximately 500 square feet. This is a competitive selection process in which competing offerors' qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract. IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, ""Architect-Engineer Qualifications,"" Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file with the 47th Contracting Squadron. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition will be solicited as a 100% Small business Set-Aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $25.5M. The Disclosure of Magnitude for the subsequent construction project is between $5,000,000 and $10,000,000 IAW FAR 36.204(g). The work to be performed shall include but is not limited to: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. 3. Collecting and reviewing project data and records 4. Developing design concepts and cost estimates 5. Submitting an investigation report 6. Attending review meetings 7. Making the revisions requested by the Government 8. Submitting intermediate design documents 9. Producing a complete design (35%, 65%, 95%, and 100% submissions) A-E EXPERIENCE REQUIREMENTS: A-E's experience shall include that which is commensurate with the requirements specific to the scope of design. A. The A-E shall demonstrate that they have experienced personnel with Texas Registrations, and adequate capacity and depth in the following disciplines: 1. Architect 2. Structural Engineer 3. Mechanical Engineer 4. Plumbing Engineer (including water and gas) 5. Electrical Engineer 6. Fire Protection Engineer 7. Communications Engineer 8. Civil Engineer *For the Fire Protection Engineer (FPE) - ""licensed professional"" for purposes of this evaluation factor shall mean a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES). The FPE shall also have a minimum of 5 years of experience, dedicated to fire protection engineering that can be verified with documentation. Proof of passing the examination and required experience shall be submitted with the proposal or it will be assumed the FPE does not meet these qualifications. B. In addition, the offeror's team shall include staff members in the following disciplines and shall demonstrate their qualification: 1. Project/Program Manager 2. Cost Estimator 3. Interior Designer The scope of the design shall include renovation Club XL for the Commons at Laughlin AFB, TX to include Architectural and Engineering (A/E) services are required to develop a complete set of 100% design documents for renovation and addition of building 472. The A/E shall furnish all materials, labor, tools, equipment, transportation, and all other incidentals necessary to complete the work outlined in this Statement of Objectives (SOO) and provide a complete 100% design package to renovate building 472. The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 30 Jun 2023. Primary POC email: javier.hinojosa.4@us.af.mil Alternate POC email: rebecca.pelayo_ruelas@us.af.mil The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Criteria Attachment 3 - Statement of Work Attachment 4 - SF 330 Attachment 5 - Past Performance Questionnaire
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be360cb1e5d4429b97e2cd740baba839/view)
- Place of Performance
- Address: Laughlin AFB, TX 78843, USA
- Zip Code: 78843
- Country: USA
- Zip Code: 78843
- Record
- SN06718622-F 20230618/230616230106 (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 |