Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOLICITATION NOTICE

C -- MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB

Notice Date
6/14/2024 8:02:02 AM
 
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
FA8903-24-R-0099
 
Response Due
8/9/2024 12:00:00 PM
 
Archive Date
08/24/2024
 
Point of Contact
Brian Bosworth, Jean Stevens
 
E-Mail Address
brian.bosworth.3@us.af.mil, jean.stevens.1@us.af.mil
(brian.bosworth.3@us.af.mil, jean.stevens.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSAL NOR A REQUEST FOR SF330�s. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD.� TITLE: MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR DEPARTMENT OF DEFENSE (DoD) TITLE I AND TITLE II ARCHITECT-ENGINEER (A/E) SERVICES FOR ANDERSEN AIR FORCE BASE, GUAM AND OTHER LOCATIONS AT JOINT REGION MARIANAS (AE25GUAM). GENERAL INFORMATION The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (772 ESS) in conjunction with the Air Force Civil Engineer Center (AFCEC), Joint Base San Antonio - Lackland Air Force Base, TX, desires to contract with Small Business (SB) Architect-Engineer (A-E) firms to support Facility Sustainment, Restoration and Maintenance (FSRM) and MILCON Title I and Title II projects primarily located at Andersen Air Force Base, Guam, and other areas throughout Joint Region Marianas.� This is a competitive Total Small Business Set Aside MATOC to be awarded to approximately six (6) most highly qualified firms.� This MATOC will be procured in accordance with the Selection of Architect-Engineers (Brooks Act) procedures, as implemented in FAR 36.6.� Firms will be selected based on the selection criteria required at FAR 36.6, with specific experience/technical competence and professional qualifications of DoD Infrastructure Design in the Guam, Joint Region Marianas, and other saltwater tropical environments being of most importance in determining the most highly qualified firms. The synopsis will specify the submission requirements and evaluation methods. The North American Industrial Classification System code is 541330, which has a size standard of $25,500,000 in average annual receipts.� To receive award, contractors must be registered in the System for Award Management (SAM).� Register via the 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. 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; however, a $2500 Task Order will be awarded concurrently with the basic contract award to satisfy the minimum guarantee, requiring contractor awardees to attend a (likely virtual) �Contractor School� to discuss task order ordering procedures and overall terms and conditions of the contract.� Each basic IDIQ contract will have a basic ordering period of ten (10) years, consisting of a 3-year base period, a 3-year Option Period, and two 2-year Option Periods. The basic IDIQ contract will be structured to allow for the issuance of Firm-Fixed Price (FFP) task orders.� Task orders will be awarded in accordance with the Brooks Act selection procedures implemented in accordance with FAR 36.6. The resultant MATOC will have a total contract capacity/ceiling of $930,000,000 across all contract holders. The Task Order limitation will be a minimum of $2,500 and a maximum of $5,000,000, subject to the limitations at FAR 52.216-18.� The Air Force�s 36th Contracting Squadron and 36th Civil Engineer Squadron will be the primary users of this contract; however, AFCEC/772 ESS, the 766 Enterprise Sourcing Squadron, or other agencies may use it as well. RFPs: Those firms that are determined to be the most highly qualified after submission of SF330�s will be issued a Request for Proposal (RFP) to submit composite labor rates covering a variety of engineering and engineering support labor categories. Only one rate per labor category will be negotiated, regardless of whether the work is performed by the Prime or a Teaming Partner. Escalation of labor rates will be negotiated for the out-years. SYNOPSIS POSTING: The synopsis is expected to be posted to sam.gov on or about 01 July 2024. QUESTIONS: A pre-solicitation (pre-SF330 submission) conference will not be held. Questions and/or comments shall be addressed to the Contracting Officer, brindle.summers@us.af.mil, Support Contracting Officer, brian.bosworth.3@us.af.mil and Contract Specialist, jean.stevens.1@us.af.mil, with the subject: �FA890324R0099 AE25Guam �� COMPANY NAME�.� The synopsis will identify the due date for any questions. Any questions and/or comments received after the deadline will not be considered for response.� All timely questions and/or comments will be addressed and subsequently posted on the SAM.gov website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aeb4c8f42a8e4b91b0d6ab3df847ffd4/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN07097888-F 20240616/240614230122 (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.