Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOLICITATION NOTICE

R -- A-E Site Adaptations for Low Activity Standard Design

Notice Date
3/25/2025 11:44:48 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-XXXXX
 
Response Due
3/27/2025 2:00:00 PM
 
Archive Date
04/11/2025
 
Point of Contact
Mary Higgins
 
E-Mail Address
mary.higgins@faa.gov
(mary.higgins@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Architect & Engineering (A-E) Site Adaptations for Low Activity Standard Design The Federal Aviation Administration (FAA) Headquarters in Washington, D.C. is seeking qualified A-E firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will be used to acquire professional services of an architectural and engineering nature with a scope specifying A-E services required by the FAA�s ATC Facilities and Security Service Group for the replacement of the ATCTs using the Practice for Architecture and Urbanism (PAU) ATCT Standard Design. The National Airspace System (NAS) infrastructure includes a variety of Terminal facilities, such as Airport Traffic Control Towers (ATCTs) and Terminal Radar Approach Control (TRACONs). The group develops long-term strategic plans, project scopes, and budgets, and manages engineering and construction for projects throughout a facility's lifecycle. The current facility replacement project is focused on replacing regional and municipal ATCTs across the U.S. that have exceeded their life expectancy and are past due for replacement. The FAA will not pay for any information received or costs incurred in preparing the response to the Go/No Go posting. Any cost associated with submitting a response to this market survey is solely at the responding firm�s expense. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section III for documentation required to be submitted and evaluated to determine which firm(s) will receive the solicitation. SECTION I - REQUIREMENT SCOPE The A-E firm must provide all necessary labor, materials, equipment, services, and facilities for A-E services necessary to support the FAA�s NAS and Capital Investment Plan (CIP) work for ATCTs being replaced with the PAU ATCT Standard Design. All work will be ordered by the Contracting Officer using Task Orders. Task Orders will identify the scope of work, schedule, deliverables, and acceptance criteria. Services include: Site adaptation of the standard design Design reviews Update and maintain PAU ATCT standard design package(s) Facilities engineering support Design and construction support Engineering and Architectural studies Rendering Development 3D Modeling Briefing development and delivery Risk management Cost Estimating Whole Building Commissioning Services If selected, the A-E firm may be required to travel where the FAA has engineering requirements. If travel is required, the A-E firm must use the most economical method of travel. Maximum per diem rates must not exceed the Federal Government travel rates allowed for Federal Government employees. SECTION II � CONTRACT TYPE AND EVALUATION CRITERIA The intent of this requirement is to obtain the top highly qualified small business A-E firm, having one in-house, registered, professional architect. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541310 � Architectural Services, with a small business size standard of $12.5 million. The solicitation will be among the highest ranked firms. SECTION III � GO/NO GO CRITERIA The initial information submitted will be evaluated on a Go/No-Go basis. Firms must receive a �Go� on all of the following criteria to be considered a viable offeror and receive the solicitation. The Government reserves the right to perform clarifications/discussions with any offerors. Capability Statement: All responders must provide a Capability Statement that addresses the following (in order): Geographic location � Offerors are required to provide commute time from your company/local transit to the FAA Headquarters located at 800 Independence Ave. SW Washington, DC. Any commute times beyond 4 hours will not be considered. This requirement is in line with FAA�s mission and support: meaningful in-person engagement with both internal and external stakeholders, increased efficiency and accountability, and enhanced focus on service delivery. A brief description of your company�s expertise and qualifications for providing architectural and engineering services. Confirm firm has an in-house licensed architect as Project Manager with overall responsibility. Provide at least one site adapted PAU low activity standard design 100% submitted in the last year. If your firm has no experience with current standard design, please provide one site adapted low activity standard design 100% submitted in the last year for previous FAA air traffic control facilities low activity standard designs. Responding firms must provide the following: Capability Statement as defined above; Provide confirmation that A-E firm is a small business; Company point(s) of contact, telephone number(s), email address(es), and mailing address; Verification of registration in the System for Award Management (SAM) by providing your Unique Entity ID in your package. Your SAM registration must be current with NAICS code 541310 � Architectural Services. To receive a �Go� rating the firm must provide the following: Evidence of your firm located within a four-hour drive or other common mode of transportation from the FAA Headquarters. Brief description of company�s expertise and qualifications for providing architectural and engineering services. Confirm A-E firm maintains a professional staffing of at least one licensed architect. Firm has at least one site adapted PAU low activity standard design 100% submitted in the last year. Or responding firm has one site adapted low activity standard design 100% submitted in the last year for previous FAA air traffic control facilities low activity standard designs. Small Business confirmation and current SAM registration with NAICS code 541310 � Architectural Services listed in Service Classifications. The information provided will also be used as part of the responsibility determination. NOTES: Submissions must be emailed to Mary Higgins, Contracting Officer, at mary.higgins@faa.gov. Submissions are limited to 10 pages in length. Only electronic submissions will be accepted. The electronic submission should be in Portable Document Format (PDF). Please include �Architect & Engineering (A-E) Site Adaptations for Low Activity Standard Design� in your subject line. Requests must be received by Thursday, March 27, 2025 at 4:00 pm CT. Requests received after this date and time will not considered. Failure to submit all required information will deem the request for solicitation as non-responsive. Please contact Mary Higgins at mary.higgins@faa.gov for questions regarding this Go/No Go posting. No phone calls will be accepted. Submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4602fa23d2954ed9a9f94ae3e56c45f0/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07384587-F 20250327/250325230043 (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.