Search Contract Opportunities

A&E Services for Mechanical Design   2

ID: BARKSDALE-MECHANICAL-AE • Type: Presolicitation

Description

Posted: Dec. 13, 2017, 1:51 p.m. EST
In anticipation of award of a Architect-Engineer (A/E) services for the indefinite delivery/indefinite quantity Mechanical, Electrical, & Plumbing (MEP) contract, 2 CONS has requested a proposal from Aillet, Fenner, Jolly & McClelland, Inc and will enter into negotiations. If negotiations are terminated without awarding a contract to Aillet, Fenner, Jolly & McClelland, Inc., a proposal will be requested from the next highest rated firm with whom negotiations would be undertaken. A notice will be published when award is made.
Posted: Aug. 8, 2016, 2:07 p.m. EDT
Posted: July 27, 2016, 10:42 a.m. EDT
ARCHITECT-ENGINEER (A/E) SERVICES FOR INDEFINITE DELIVERY/QUANTITY (OPEN-END) CONTRACTS

ARCHITECTURAL SERVICES CONTRACT &
MECHANICAL, ELECTRICAL, & PLUMBING (MEP)

Firms should respond to this notice no later than 30 days after posting.
THIS IS A 100 PERCENT TOTAL SMALL BUSINESS SET ASIDE.

THE NAICS CODES FOR THIS ACQUISITION IS 541330 (ENGINEERING SERVICES).

This is a request for Standard Form (SF) 330, not a Request for Proposal (RFP). The Department of the Air Force has a need to establish two (2) separate Architectural and Engineering (A-E) indefinite-delivery/indefinite-quantity (open-end) design contracts. One award will be concentrated around Architectural designs and another for MEP designs. Design services required will include preparation of drawings and specifications to meet all of the most current regulations. Typical projects involve repair, renovation, or minor construction. Specifications and other reports must be provided as hard copy and in electronic format using Microsoft Office products. Drawings, including Geographical Information System (GIS) products, must be provided in AUTOCAD 2012-compatible format & ArcGIS 10.1 or higher. Firms should describe their GIS capabilities in their submittals. Designs may need to include provisions for asbestos/lead removal.

Note: In accordance with FAR 16.504(c)(i), to the maximum extent practicable, preference will be given to making multiple awards of indefinite-quantity contracts under a single solicitation for the same or similar supplies or services.

Each A-E contract will be issued for a period of one base year with four one year option periods. The maximum amount per delivery order is $500,000. The cumulative amount of delivery orders will not exceed $5,000,000 for the life of the contract. Delivery orders will be issued from time to time as the need arises during the contract period. There is a minimum of $5,000 in fee work that will be issued at contract award. A-E Selection will be limited to firms submitting an SF 330 and will be based solely on the information provided on these forms. The Statement of Work for these services is attached to this advertisement.

Significant evaluation factors in order of relative importance are as follows:

(A) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Mechanical, Electrical Engineers, Interior Designers, Landscape Designers, and Registered Surveyors; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD).

(B) Professional qualifications to include: education, training, registration, certifications, overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and clause 52.236-25, but does not have to be registered in the particular state where the project is located.

(C) Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meeting project dollar thresholds, and current workload.

(D) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Past performance of the A-E firm (and their subcontractors) will include quality control/quality assurance program to assure coordinated technically accurate. Request for Proposal (RFP) documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies; Past Performance Information Retrieval System (PPIRS) will be queried for all prime firms to be assessed.

(E) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms. Given the nature and size of the subject project, Special emphasis will be placed on firms located within 150 miles of Barksdale AFB, LA located in Bossier City, LA.

Required Documents:

Interested firms which meet the requirements described in this announcement are invited to submit three copies (1 original, 1 additional hard copy and 1 electronic copy on CD) of their completed SF 330, Parts I and II, and supporting data for a total package of not more than 75 double-spaced pages printed on 8 1 2 x 11 paper, font size 12. Font size no smaller than 8 is allowed for use in the SF 330 Block Titles, captions, tables, and illustrations. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Past Performance Questionnaires for Section F projects, cover, back, and SF 330 index tabs are excluded from the page allowance. Experiences identified in Block 19 shall not be more than 5 years old. All information relating to the firm(s) qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable.

This synopsis is for the purpose of soliciting SF 330s from Architect-Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (10 Aug 2016, 3:00 PM CST) will be considered for selection. Email and/or fax copies will not be accepted.

Any questions concerning these requirements must be submitted no later than 1 Aug, 2016. Responses to any questions submitted will be posted to FBO.

Deliver Completed Capability Package to:
2d Contracting Squadron/LGCB
801 Kenney Ave, Ste 2301
Barksdale AFB, LA 71110
ATTN: Mrs. Marla Poirier

Primary POC:
Robert Ortegon
318-456-0807
robert.ortegon@us.af.mil

Alternate POC:
Marla Poirier
318-456-6833
marla.poirier@us.af.mil

Overview

Response Deadline
Jan. 5, 2018, 3:00 p.m. EST (original: Aug. 30, 2016, 5:00 p.m. EDT) Past Due
Posted
July 27, 2016, 10:42 a.m. EDT (updated: Dec. 13, 2017, 1:51 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Barksdale AFB BARKSDALE AFB, LA 71110 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
82% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 7/27/16 Global Strike Command issued Presolicitation BARKSDALE-MECHANICAL-AE for A&E Services for Mechanical Design due 1/5/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C.
Primary Contact
Title
Contract Specialist
Name
Barbara Makamson   Profile
Phone
(318) 456-2430
Fax
None

Secondary Contact

Title
Contracting Officer
Name
Marla Poirier   Profile
Phone
(318) 456-6833
Fax
318-456-3294

Documents

Posted documents for Presolicitation BARKSDALE-MECHANICAL-AE

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation BARKSDALE-MECHANICAL-AE

Award Notifications

Agency published notification of awards for Presolicitation BARKSDALE-MECHANICAL-AE

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation BARKSDALE-MECHANICAL-AE

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation BARKSDALE-MECHANICAL-AE

Similar Active Opportunities

Open contract opportunities similar to Presolicitation BARKSDALE-MECHANICAL-AE

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA4608 2 CONS LGC
FPDS Organization Code
5700-FA4608
Source Organization Code
500018151
Last Updated
March 29, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 29, 2018