Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2023 SAM #7942
SOLICITATION NOTICE

C -- AE24DORMS � MATOC for Title I and Title II Services for Dormitory Facilities Worldwide

Notice Date
8/24/2023 12:23:37 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA8903-AE24DORMS
 
Response Due
9/8/2023 3:00:00 PM
 
Archive Date
09/23/2023
 
Point of Contact
Brindle Summers, Lisa Pendragon
 
E-Mail Address
brindle.summers@us.af.mil, lisa.pendragon@us.af.mil
(brindle.summers@us.af.mil, lisa.pendragon@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL INFORMATION AE24DORMS � MATOC for Title I and Title II Services for Dormitory Facilities Worldwide The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (ESS) and Air Force Civil Engineer Center (AFCEC), desires to contract with Architect-Engineering (A/E) Title I and Title II services for major renovations to dormitories on AIR FORCE installations world-wide utilizing Total Small Business Set-Aside (FAR 19.5). AFICC/772 ESS intends to solicit Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Dormitory Architect-Engineering Title I and Title II Services. While projects may be of any value, most design projects will range from $500,000 to $3,000,000. However, note that there are a number of projects programmed in the next few years where the construction renovation value is expected to exceed $40M; accordingly, the Air Force must ensure it awards to AE firms capable of designing and managing projects of this complexity and value. Further, AE Firms that execute the dormitory renovation design will also be expected to perform Title II services, including full-time on-site construction inspection services, during construction. The anticipated ordering period is a base period of one year, with two to four one-year Options. The total capacity/contract ceiling to be shared among all MATOC holders is expected to be $49,000,000. We anticipate awarding to 3-5 Most Highly Qualified Firms. The NAICS code for this work is 541330 - Engineering Services with a size standard of $25.5 million. To receive award, contractors must be registered in the System for Award Management (SAM).� Register via SAM website at http://www.sam.gov.� All responders are advised that this action may be revised or cancelled at any time during the SF330 submission, selection, evaluation, negotiation and final award process.� Telephonic interviews may be held with some, none or all firms during the selection process.� Award of any resultant contract does not guarantee work to the selected firms. DESCRIPTION OF WORK: ��PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSALS (RFP) NOR A REQUEST FOR SF330�s.� THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. RFP:�Awards are anticipated to be made to the Most Highly Qualified Firms without initially putting labor rates on the basic contract. After basic contract award, those firms that are determined to be the most highly qualified for individual projects will receive a Task Order RFP. Upon negotiation of the first project task order, the rates negotiated for that task order are then anticipated to be incorporated into the basic contract. Expect to negotiate fully burdened composite labor rates (exclusive of profit). A composite labor rate is a single rate for each discipline (i.e. Senior Mechanical Engineer, or Junior Electrical Engineer) regardless of whether the work may be performed by the Prime or a Teaming Partner). SYNPOSIS� - WE INTEND TO ISSUE SYNOPSIS on or around 08 SEP 2023. QUESTIONS:��A pre-solicitation (pre-SF330 submission) conference will not�be held. Questions and/or comments shall be addressed to the Contracting Officer, lisa.pendragon@us.af.mil with the subject line ""FA8903-AE24DORMS"" Request for Information - ""Company Name"".�Any questions/comments received after the deadline will not be considered for response.� All timely questions and/or comments will be addressed and subsequentely posted on the SAM.GOV website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/645309dc7d3a4e65aaeee40484aaae37/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06805205-F 20230826/230824230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.