Kansas Bids > Bid Detail

Architect-Engineer IDIQ Services, McConnell AFB

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159291018585437
Posted Date: Aug 4, 2023
Due Date: Sep 4, 2023
Solicitation No: FA462123R0002
Source: https://sam.gov/opp/dd006009cf...
Follow
Architect-Engineer IDIQ Services, McConnell AFB
Active
Contract Opportunity
Notice ID
FA462123R0002
Related Notice
FA4621-23-R0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4621 22 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 04, 2023 04:16 pm CDT
  • Original Date Offers Due: Sep 04, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    McConnell AFB , KS 67221
    USA
Description

I. INTRODUCTION AND OVERVIEW OF REQUIREMENT

This notice is limited to Architect and Engineering firms that are located within a 220-mile radius of McConnell AFB, located in Wichita, KS.



McConnell AFB is seeking one or more qualified firms to provide professional Architectural and Engineering (A&E) services (Title I Design, Title II Inspection, and other A&E services to include incidental related work associated with design for construction/repair of real property). This acquisition is 100% set aside for small business concerns and will be an Indefinite Delivery/Indefinite Quantity (IDIQ) firm-fixed price (FFP) contract under NAICS 541310.



Each contract will have a basic 12-month period of performance, plus four 12-month option periods. The total contract value will not exceed $5M for all work performed. Each successful awardee will receive a guaranteed minimum award in the amount of $500, which shall be satisfied by attending the preliminary A&E planning meeting. No specific minimum amount is guaranteed in any of the option years. Task orders issued against the IDIQ contract will be a firm fixed price (FFP). Individual periods of performance will be determined for each subsequent task order awarded from the resulting IDIQs. Anticipated task orders shall be FFP with a maximum of $900,000 and minimum of $500 per task order contract. FAR Clause 52.219-14, Limitations on Subcontracting, and DFARS 236.606-70, Statutory Fee Limitation, will be applicable. Individual task orders shall not exceed the 6% statutory fee limitation of the project's estimated construction cost for Title I services.



Projects will vary by type, scope, and complexity and require multi-discipline engineering and related technical services in accordance with Air Force Instruction (AFI) 32-1023, Designing and Constructing Military Construction Projects. Contractors will provide all management, labor, material, transportation and supervision to accomplish all projects.



The type of projects that contractors can expect include (but are not limited to) the following: providing A&E design drawing plans for various project types (i.e. airfield, buildings, pavement,water towers, boilers, dormitories, lodging, aircraft facilities, fuels containment and storage, airfields, recreational facilities, operations facilities, dining facilities, childcare facilities, pavements, site drainage systems, and classified processing facilities i.e. Secure Compartmentalized Information Facility, site surveys, studies, hazardous waste removal, remediation such as lead paint, asbestos, etc.), and Title II inspection services. Contractors can also expect to provide cost estimates, analyses, reports, and technical specifications for delivery of design-bid-build or design-build construction projects.



Projects may require specialized experience in energy conservation, pollution prevention, waste reduction, anti-terrorism force protection, Green Building certification (energy conservation, pollution prevention, waste reduction and the use of recovered materials). Other professional services for comprehensive planning, programming, testing, mapping reproduction, investigations, electronic document posting, and construction management/administration may be required. Services provided by the A&E will be primarily for execution of sustainment, restoration and modernization (SRM) projects; minor construction (addition/remodel); maintenance (repair/alteration) of existing real property; and/or support of Government in-house designs.



Section M - Evaluation Factors for Award

II. EVALUATION CRITERIA





The primary factor in architect-engineer contractor selection is the determination of the most highly qualified firm. Each offer will be evaluated against the following factors (these factors are listed in descending order of importance):





(1) Professional qualifications necessary for satisfactory performance of required services. The Government's evaluation of professional qualifications will consider education, relevant experience, longevity with the firm, training, certifications, registrations, and experience using (but not limited to) the following disciplines: Electrical Engineer, Mechanical Engineer, Architect, CADD Drafter, Landscape Architect, Structural Engineer, Geotechnical Engineer, Civil Engineer, Environmental Engineer, Fire

Protection Engineer, Interior Designer, Estimator, Survey Crew.





(2) Specialized experience and technical competence in the type of work required. The Government's evaluation of specialized experience and technical competence will consider experience diversity in design of projects involving dormitories, lodging, aircraft facilities, fuels containment and storage, airfields, recreational facilities, operations facilities, dining facilities, childcare facilities, pavements, site drainage systems and classified processing facilities (i.e. Secure Compartmentalized Information Facility); MII Micro- Computer Aided Cost Estimating System (MCACES); anti-terrorism force protection and Green Building certification (energy conservation, pollution prevention, waste reduction and the use of recovered materials).





(3) Past performance. The Government's evaluation of past performance will consider the offeror's historically known working performance and recent and relevant past performance on contracts with government agencies and private industry in terms of experience with cost control, quality of work and compliance with performance schedules.





(4) Geographic proximity. For the Prime Contractor, as well as Structural, Civil, Mechanical, Electrical and Architectural personnel, the Government's evaluation of geographic proximity will consider the firms' physical location within 220 miles of McConnell AFB, (Visitor Center: 52802 Kansas Street, Building #169, McConnell AFB, KS, 67221) and knowledge of the locality of McConnell AFB. Higher consideration will be given to firms that are closer in proximity to McConnell AFB, provided that application of this criterion leaves an appropriate number of qualified firms.





(5) Capacity to accomplish work in the required amount of time. The Government's evaluation of the offeror's capacity to accomplish work in the required amount of time will consider that the firm has accomplished multiple design task orders up to $250,000 per task order, has adequate staffing, and demonstrates the ability to complete simultaneous projects in the

required time.



(6) Electronic format. The Government's evaluation of electronic format will include the offeror's methodology for construction cost estimating and experience using the latest versions of Microsoft Office & Teams, Adobe Acrobat Pro, AutoCAD, and MII MCACES.



Section L - Instructions, Conditions, and Notices to Offerors





III. RESPONSE PROCEDURES QUALIFICATION PACKAGE PREPARATION INSTRUCTIONS





To assure timely and equitable evaluation of qualification packages, offerors must follow the instructions contained herein. Vendors are required to meet all instruction requirements. Failure to meet a requirement may result in a vendor being excluded from evaluation. Vendors must clearly identify any exception to the instructions and provide complete accompanying rationale.





Submit one (1) complete hard copy original and one (1) electronic copy of the following:





1) Cover Letter including company name, point of contact information to include phone number and email, Unique Entity ID, CAGE code, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned

small business).





2) Completed SF 330, Architect-Engineer Qualifications Specific to the Architectural & Engineering (A&E) Services requirement which summarizes their qualifications, experience, and capabilities. Ensure all submitted and referenced projects have project identification numbers. SF 330 Qualification package cannot exceed a total of 25 double sided pages in total length –cover page is included in the not to exceed page limit and the minimum font size is to be 12pts. Forms are available as Attachment #1 of this announcement or at GSA Forms Library (www.gsa.gov).





Please note, IAW FAR Clause 52.244-4, Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) (Aug 1998), any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by any resulting contract will be limited to individuals or firms that were specifically identified and evaluated up front. The

Contractor shall obtain the Contracting Officer’s written consent before making any substitution for these subcontractors, associates, or consultants; approved substitutions shall have equal experience as the initial Team member identified and evaluated up front. DO NOT SUBMIT ANY PRICING INFORMATION WITH YOUR SF 330. Pricing information from the vendor(s) that the



Government determines most qualified for the project will be requested prior to negotiations.(but not limited to) the following design disciplines: Electrical Engineer, Mechanical Engineer, Architect, CADD Drafter, Landscape Architect, Structural Engineer, Geotechnical Engineer, Civil Engineer, Environmental Engineer, Fire Protection Engineer, Interior Designer, Estimator, Spec Writer, Survey Crew, Subcontractors, outside associates, consultants, joint ventures, or complete in-house capability of the design disciplines listed above are acceptable.





For the Prime Contractor, as well as Structural, Civil, Mechanical, Electrical and Architectural personnel, list the mailing address in addition to the physical address, if different, of the key personnel that will have a major role on this team. Be sure to identify software versions for construction cost estimating programs, Microsoft Office, AutoCAD, ArcGIS and MII MCACES, and include information on awards and other recognition for designs or other work relevant to the requirements set out in this synopsis.





3) Past Performance Questionnaires (PPQ). Contractors are responsible for sending PPQ’s to references of relevant projects performed for Government agencies and commercial customers. This form is available as Attachment #2 of this announcement. This document should be completed in full by the references (Government representatives, customers/clients) and submitted directly by the references to the Government Points of Contact listed below no later than the time and date specified in the solicitation for receipt of qualification packages. The received PPQs will become a permanent part of their final packages. It is the Contractor’s responsibility to ensure their references transmit the questionnaire to the Contracting Office on time. Questionnaires completed by a prime contractor on behalf of a subcontractor listed within the same Teaming arrangement, or vice versa, cannot be accepted.





4) Teaming Agreement Identification. The prime firm shall provide a statement in the cover letter confirming whether or not there are executed teaming agreements in place for team members as part of the SF 330 submittal. The statement shall also list team members. (Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors).



Electronic packages should be e-mailed to melinda.forgit.1@us.af.mil with a courtesy copy to louis.closa@us.af.mil.

Hand-carried packages must be deposited at the 22d Contracting Squadron, 53884 Kansas Street, Building 840, Suite 118, McConnell AFB, KS 67221-3702. The sealed envelope or package used to submit your qualifications must be marked “SOURCE SELECTION SENSITIVE” and must show the time and date specified for receipt and the synopsis number. Vendors are cautioned that McConnell AFB, KS, has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance.



SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PACKAGES.Vendors should allow sufficient time to obtain a visitor pass and arrive at the ContractingSquadron PRIOR to the time specified for receipt. Vendors are required to submit all electroniccopies of the packages in Adobe Acrobat. If mailing the package, the sealed envelope or package used to submit your package must be marked “SOURCE SELECTION SENSITIVE” and must show the time and date specified for

receipt, the synopsis number, and the name and address of the offeror. Proposals must be sent to the following mailing address:





22 CONS/PKB

ATTN: Melinda Forgit

53384 Kansas Street

BLDG 840, Suite 118

McConnell, AFB KS 67221-3702





DISPOSITION OF PROPOSALS: The original proposal and related information will be retained with the contract file. All extra copies will be destroyed after completion of evaluations. Primary POC email: melinda.forgit.1@us.af.mil Alternate POC email: louis.closa@us.af.mil





Interested firms must provide the requested information no later than 2:00 PM CST on 4 September 2023, as instructed above. It is the Offeror’s responsibility to ensure that the requested information is submitted on time. Packages not received by 2:00 PM CST, may be considered untimely.





IV. OTHER INSTRUCTIONS AND INFORMATION

The Government intends to evaluate firms who respond to this synopsis using the procedures set out in FAR 36.602 and AFI 32-1023. These procedures include use of an evaluation board. The 22d Contracting Squadron will then issue a request for proposal to one or more of the most qualified firms. As noted above, the Government intends to award more than one contract. Successful awardees will receive a guaranteed minimum award in the amount of $500.00, which will be satisfied by attending the preliminary A&E planning meeting. This is not a request for proposal (RFP).





Architect-Engineer Ordering Procedures: Future individual design project task orders under this requirement will be awarded to the successful awardees of this requirement. However, the individual task orders under this requirement will not be competed between the successful awardees. Instead, the Government will provide a recommendation between the successful awardees based on the complexity of the individual task orders and the firm’s experience with the work. The Government will then award to the firm that is considered to be the most highly qualified for the task order. See Attachment #3 General Statement of Work (SOW) for additional information.



Potential Offerors are responsible for monitoring this site for amendments to this synopsis. Potential Offerors MUST register at www.sam.gov in order to receive automatic notification of changes to the synopsis. All Contractors MUST be registered in the System for Award Management (SAM) database prior to award of any contract. Early registration is highly encouraged. Contractors can obtain further information on the SAM website www.sam.gov. Firms must also be willing and able to register in the Procurement Integrated Enterprise Environment, Wide Area Work Flow (PIEE WAWF), the government invoice and payment

processing system at time of award.



Register at: https://piee.eb.mil.This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. The Government reserves the right to cancel this solicitation at any time for any reason. NOTICE TO OFFERORS: Per DAFFARS 5352.201-9101 (JUN 2023), (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes.



The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICC/KM (OL AMC), 510 POW/MIA DRIVE Scott AFB IL 62225-5022, (618) 229-0267, (DSN 779-0267), fax (618) 256-6668 (DSN 576- 6668), email: Susan.Madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.






Attachments/Links
Contact Information
Contracting Office Address
  • CP 316 759 3275 53384 KANSAS ST STE 110 BLDG 840
  • MCCONNELL AFB , KS 67221-3702
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >