Architect and Engineering Design-KWRD20-0089, Repair Dormitory B333

expired opportunity(Expired)
From: Federal Government(Federal)
KWRD20-0089

Basic Details

started - 19 Apr, 2024 (11 days ago)

Start Date

19 Apr, 2024 (11 days ago)
due - 26 Apr, 2024 (4 days ago)

Due Date

26 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
KWRD20-0089

Identifier

KWRD20-0089
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710014)DEPT OF THE AIR FORCE (60546)AIR EDUCATION AND TRAINING COMMAND (619)FA4801 49 CONS PK (39)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT-ARCHITECT-ENGINEERING (A-E) SERVICES (Total Small Business SET-ASIDE) to provide 35% drawings and specifications, complete cost estimate and supporting design analysis based on the requirements (attached) set forth in the statement of work, KWRD20-0089, Repair Dormitory B333 pages 2 and 3.SUBJECT: AE Request For Qualifications (RFQ) for A-E Services for KWRD20-0089, Repair Dormitory B333, Holloman AFB, NM (3 revisions: 1. added Questions and Answers 2. clarified some answers to questions 3. Changed "no resumes" to "submit resumes in the SF330".Notices to Offerors:This RFQ is a request for information(RFI) and not to be confused with a request for proposal (RFP). This RFQ is strictly used by the Government to conduct market research for determining the three (3) most highly qualified offerors for this contract.1. This is a RFQ on the capabilities and experience related to efforts necessary to manage and execute a contract for service for the
Government’s planned project Repair Dormitory B333 at Holloman AFB, NM. The Government intends to award a Firm Fixed Price contract to the most highly qualified small business A&E firm IAW the Statement of Work (SOW) dated 10 January 2024. The Government will select the three (3) most highly qualified small business offers ranked in order by their qualifications applicable to the requirements of the Statement of Work. Proposal preparation instructions and proposal due date will be specified in the Request for Proposal (RFP) letter and will be issued to the most highly qualified offeror to perform the required services. If a reasonable negotiated price cannot be attained with the most highly qualified offeror, then an RFP letter will be sent to the next most highly qualified offeror, limited to the three most highly qualified offerors.2. The planned services for this contract include the following:a. Title I services, include development of 35% design documents. Refer to the Draft Statement of Work (SOW) for a summary of the Government’s planned construction project and the Title I services planned for this contract.b. Other Traditional Architectural-Engineering (A-E) services including Geotechnical Investigation, field investigations, hazardous materials assessment, etc. Refer to the Draft SOW for a summary of the requirements for conducting these services. c. Title I Cost Estimating Services - Refer to the Draft Statement of Work (SOW) for a summary of the Government’s planned construction project and the Title I services planned for this contract.3. The Government intends to hold discussions with at least three (3) of the most highly qualified offerors to clarify the contractor’s proposed execution approach for this contract order. Offeror responses to discussions will be considered in making the final selection decision.4. In accordance with FAR 36.6 specifically FAR 36.602-1 Selection Criteria and DFARS 236.602 specifically DFARS 236.602-1 and PGI 236.602-1 Selection criteria (a)(4), the Government will make the selection decision based on all the Primary Selection Criteria. Interested offerors must provide an RFQ response with the following information to be further evaluated for selection for this contract. Responses to this RFQ are limited to up to ten (10) 8-1/2x11 pages. Any pages submitted in excess of the ten (10) pages will neither be reviewed nor considered by the Government. SF330 will be an additional submittal with no page limits.a. CAPACITYConfirm, in writing, that the offeror has both adequate capacity to perform the work in this contract and interest in being considered in this evaluation. Capacity is defined as the ability to accomplish the work within the 9-month Period of Performance (PoP) planned by the Government. The Discussions will both refine the Government’s estimated PoP and allow opportunity to demonstrate an offeror’s project timeline that exceeds or reduces that PoP. Offeror must not respond to the RFQ with estimated timelines or a specific recommendation of a PoP. Such information will be gathered during Discussions only. The planned award of this contract is May 2024 to July 2024 and the Government’s estimated Period of Performance (PoP) is 12 months. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION)b. KNOWLEDGE OF LOCALITYProvide narrative demonstration of adequate knowledge of locality at the project location, Holloman AFB, NM. Such demonstration may include listing of relevant and recent (concluded within the last 5 years) projects performed within that locality and/or a narrative description demonstrating knowledge of the unique requirements at that locality.c. PROFESSIONAL QUALIFICATIONS - TEAM COMPOSITION:Provide a teaming plan to describe the team composition that would be proposed if selected for this contract, identifying all participating firms (i.e., prime contractor, JV partner(s), teaming partners, or subcontractors). For each participating firm, describe how that firm will be resourced to support the requirement, including the discipline of architectural-engineering design services or other traditional A-E services to be performed. You may submit resumes in the SF330. The Government may request further demonstration of professional qualifications in the Discussions process, to include a staffing plan or other demonstration of professional qualifications of the team that would be resourced for this contract.This contract requires Architect-Engineer Professional Support Services from the Designers of Record (DORs) of the 100% Designed Issued for Construction (IFC) Documents appended to the draft SOW dated 10 January 2024 attached to this RFQ. Offerors RFQ response must confirm ability to provide such services. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION)5. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION, SPECIFICALLY QUESTIONS 2, 3, 10, AND 14)The Government will evaluate the offerors’ Specialized Experience and Technical Competence solely based on review of the project profiles available in the submitted SF-330s. Do not submit in the 10-page RFQ response any project profiles or other demonstration of specialized experience and technical competence.For the purposes of this contract evaluation, the Government will evaluate specialized experience and technical competence based on the offeror’s demonstration of recent and relevant project profiles in the SF-330. Recent will be considered completed within the last five (5) years. Relevant projects will demonstrate similar complexity and scope to this contract requirement, including performance of Title I services that:a. Were subject to UFC 1-200-1, DoD General Building requirements; Projects subject to UFC 1-202-01, Host Nation Facilities in Support Military Operations, UFC 1-201-01 Non-Permanent DoD Facilities, and/or for OCONUS facilities constructed for the use of any foreign Governments or entitles other than the United States DoD will not be considered relevant.b. Produced design of a comprehensive renovation of Unaccompanied Personnel Housing Projects to meet current DoD standards. Design of dormitory style housing for non-DoD personnel will be considered relevant, however less relevant than DoD projects.c. Developed a MILCON PCR or FSRM CCR for a renovation or modernization project like this project scope requiring a PACES Class 3 Cost estimate; Projects that did not produce a PACES Class 3 Cost estimate will be considered minimally relevant. d. Developed a MILCON PCR or FSRM Conceptual Charrette Report (CCR) for a major repair project similar to this project scope requiring a PACES Class 3 Cost estimate; Projects that did not produce a PACES Class 3 Cost estimate will be considered minimally relevant; Projects that included life-cycle cost comparison of multiple repair alternatives will be considered highly relevant. e. Produced 100% IFC design or DB Concept Design for renovation of existing Air Force facility subject to UFC 1-200-01, High Performance Sustainable Buildings (HPSB) requiring the replacement or substantial modernization of a facility HVAC system subject necessitating a Life Cycle Cost Analysis (LCCA) and optimization of energy consumption along with completion of the Air Force Sustainability Scoresheet; Projects for other DoD components will be considered relevant. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION)f. Produced 100% IFC design or D-B Concept Design to replace installation exterior electrical distribution system, demolishing overhead electrical distribution lines and installing underground electrical distribution, and replacing transformers. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION)6. RELEVANT EXPERIENCE/PAST PERFORMANCE: (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION, QUESTIONS: 4, AND 11)The Government will review the relevant information using Contractor Performance Assessment Reporting System (CPARS)/ Past Performance Information Retrieval (PPIRS). No further submission required in response to this RFQ. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION)7. Contractors shall indicate their interest in competing for this requirement through submission of the ten (10)-page RFQ response (required), and the SF330s saved as separate pdf format files. Deliver via email no later than 2:00pm (Mountain Standard Time), 26 April 2024. For files larger than 3MB, please send an email, per offeror, to the Contract Specialist, Jodie Odom, jodie.odom@us.af.mil requesting a DoD Safe drop-off at least 5 business days prior to the suspense due date, in response to this requirement. Emailed submissions are acceptable and must be sent to the Contracting Officer, John T. Seamon, at: john.seamon.1@us.af.mil and Contract Specialist, Jodie M. Odom at: Jodie.Odom@us.af.mil. (SEE QUESTIONS AND ANSWERS FOR MORE INFORMATION).8. Questions can be submitted, prior to sending the RFQ responses, by NLT 15 April 2024. All questions will be compiled and answers will be sent to all interested vendors by NLT 17 April 2024.Notice to Offerors:RFQ responses received after the date/time specified will not be considered. Offerors that do not respond to this RFQ prior to the date/time specified will not be considered.

Holloman AFB ,
 NM  88330  USALocation

Place Of Performance : N/A

Country : United StatesState : New MexicoCity : Holloman Air Force Base

Office Address : CP 575 572 3040 490 1ST ST BLDG 29 STE 2160 HOLLOMAN AFB , NM 88330-8225 USA

Country : United StatesState : New MexicoCity : Holloman Air Force Base

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 5413Architectural, Engineering, and Related Services
pscCode C211Architect - Engineer Services (including landscaping, interior layout, and designing)