SPECIAL NOTICE
C -- Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
- Notice Date
- 4/17/2025 1:49:01 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
- ZIP Code
- 78236-9861
- Solicitation Number
- FA8903-RAES
- Response Due
- 5/1/2025 10:00:00 AM
- Archive Date
- 05/16/2025
- Point of Contact
- Brindle Summers, SALVADOR CASTILLO
- E-Mail Address
-
brindle.summers@us.af.mil, salvador.castillo@us.af.mil
(brindle.summers@us.af.mil, salvador.castillo@us.af.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- TITLE: Multiple Award Task Order Contract for Resilient Architect-Engineering (A/E) Services at Locations Worldwide (RAES) DRAFT DRAFT DRAFT DRAFT DRAFT DRAFT DRAFT DRAFT PLEASE NOTE: THIS DOCUMENT IS A DRAFT AND IS NOT THE OFFICIAL SYNOPSIS AND NOT A REQUEST FOR PROPOSALS (RFP). There is no solicitation package to download. All information required to submit SF330 documents is contained herein. THIS DRAFT SYNOPSIS IS ISSUED TO ALLOW QUESTIONS/COMMENTS FROM POTENTIAL OFFERORS. THE AIR FORCE WILL THEN SCHEDULE A VIRTUAL INDUSTRY DAY VIA �TEAMS� TO GO OVER THE QUESTIONS/COMMENTS AND SELECTION CRITERIA. THE INTENT OF THIS DRAFT SYNOPSIS IS TO SOLICIT FEEDBACK AND COMMENTS FROM INDUSTRY. THE AIR FORCE WILL CONSIDER ANY COMMENTS AND QUESTIONS SUBMITTED AND MAY REQUEST FURTHER DISCUSSION AT THE SUBSEQUENT INDUSTRY DAY, WHICH WILL BE ANNOUNCED AT A LATER DATE. OFFERORS ARE ENCOURAGED TO PROVIDE MEANINGFUL COMMENTS FOR THE AIR FORCE TO CONSIDER. SUBMIT QUESTIONS using Attachment 1 entitled, �Attachment 1 -QnA� to the points of contact in the paragraph immediately below. Questions are due no later than 12:00 Noon, Central Time on Thursday, 01 May 2025. Submit questions/comments to the Contracting Officer and Contract Specialists identified below, using the Attachment 1, Questions and Answers spreadsheet. The Government will provide a response to all questions and the resultant Official Synopsis will incorporate any changes, if applicable. SF330 DUE DATE: The Due Date for SF330 submissions will be identified in the Official Synopsis, and will be at least 30 days from posting. SF330�s shall be submitted via email to the Contracting Officer, Ms. Brindle T. Summers at brindle.summers@us.af.mil and the Contract Specialists, Mr. Salvador Castillo at salvador.castillo@us.af.mil and Ms. Monica Gallegos at monica.gallegos@us.af.mil . Firms are reminded to be mindful of the file size of the electronic submission. The Government�s firewall may reject any email size over 10MB. For any submissions greater than 10MB, please request a DoD SAFE Drop from the Contract Specialists referenced in this paragraph. THE OFFEROR IS RESPONSIBLE FOR CONFIRMING THAT THEIR SF330 WAS RECEIVED BY THE GOVERNMENT. 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 Architect-Engineer (A-E) firms to support Facility Sustainment, Restoration and Modernization (FSRM) and MILCON Title I and Title II projects with a focus on mission resilience at locations worldwide. The 772 ESS anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) contract for Resilient A-E Services, with a total contract ceiling of $2.65B, shared among all contract holders. This synopsis is expected to be issued as a Partial Small Business Set-Aside with a Woman-Owned Small Business (WOSB) Reserve of (1) firm in the Small Business Pool. We anticipate award to Six Other-than-Small Business firms in the Unrestricted Pool and Five Small Business firms, including a WOSB firm in the Small Business Pool; however, the Air Force reserves the right to award to more or fewer firms. Firms participating in the Small Business Pool must be certified as a Small Business for NAICS 541330, with a size standard of $25,500,000. PLEASE SEE THE ATTACHED DRAFT SYNOPSIS IN WORD. PLEASE USE ATTACHMENT 1 TO SUBMIT QUESTIONS AND COMMENTS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9d45c2999b4144cfbb7b32158d2ef84e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07412234-F 20250419/250417230042 (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 |