The RFP Database
New business relationships start here

A&E ID/IQ


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Directorate of Contracting's Contracting Construction Section (AFTC/PZIOC) at the Air Force Test Center at Edwards AFB, CA, is conducting preliminary planning market research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 to obtain information from potential eligible and interested contractors for an anticipated five-year, firm fixed-price (FFP) indefinite delivery/indefinite quantity (ID/IQ) contract to accomplish designs of various projects and engineering studies for A&E services. The associated North American Industry Classification System (NAICS) code is 541310, Architectural Services, with a small business size standard of $7.5M. The Service Code is C211, Architect and Engineering - General: Landscaping, Interior Layout and Designing. 

 

IAW FAR 19.203(c), the anticipated acquisition will be a competitive 8(a) Program set-aside since the requirement has been accepted by the Small Business Administration under the 8(a) Program and therefore must remain in the 8(a) Program. The Government is particularly interested in determining if there are certified 8(a) vendors who are interested in and capable of meeting this requirement.

 

The A&E firm must be capable of responding to and working on multiple contracts concurrently.  Work will be issued by negotiated FFP individual Task Orders (TOs).  The one guaranteed contract action, for at least the minimum on the contract, will be the seed project.  Additional projects to be designed are not yet determined and funds are not presently available.



Description of Work: This is an IDIQ contract for A-E requirements at Edwards Air Force Base (AFB), California including the Air Force Research Laboratory (AFRL) and Air Force Plant 42 (in Palmdale, CA). The A&E firm shall be required to perform all or part of the services as identified in this Statement of Work (SOW) and to be more specifically identified in individual Task Orders (TOs). Individual projects will be processed as TOs which will be issued against the basic contract and will be executed in accordance with (IAW) the basic contract's terms, conditions, this SOW, as well as each individual TO's SOW. The A-E firm shall furnish all labor, material, supplies, equipment, superintendence, and transportation necessary to complete Task Orders for A&E services.

The SOW has been attached for your review.  If you have any inputs and/or suggestions which could help us improve the content to ensure it's not restrictive nor prevent us from awarding to qualified vendors you may email them to the POCs below.  Any suggestions/comments received will be reviewed and may be incorporated into the SOW.


If your organization is currently under the 8(a) program and has the potential capacity to perform these contract services, please provide the following information.  Limit submission to no more than 15 single pages (front and back count as two pages, one inch margins top/bottom/sides; and with no header/footer):

•1.       A capability statement demonstrating their experience in managing the particulars of this effort, with appropriate documentation supporting claims of organization and staff capability. Capability statements for this sources sought are not expected to be proposals, but rather statements regarding the company's existing experience/capabilities. 

•2.      Company name, address, point(s) of contact, title, telephone number, email address, Cage Code, and DUNS number;

•3.      Company's business size and confirmation of 8(a) status;

•4.      Company's bonding capacity for single award and aggregate;

•5.      Information on recent (within past five years) experience in A&E Service requirements.

•6.      Any other information deemed pertinent that will aid in our assessment of your firm's capabilities.

 

NOTE: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.

 

The Government will evaluate market information to ascertain potential market capacity to:

•1.      Provide services consistent in scope and scale with those described in this notice and otherwise anticipated.

•2.      Secure and apply the full range of corporate financial, human capital, and technical resources to successfully perform similar requirements.

•3.      Implement a successful project management plan that includes: compliance with tight program scheduled; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation.


THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY and is for planning purposes only. This request for capability information does not constitute a request for proposals (RFP); no contract will be awarded from this notice and this notice is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a solicitation is issued, it will be announced at a later date. All interested parties must respond to that solicitation announcement separately from the response to this notice and are responsible for monitoring the Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates.

The Government would like to receive feedback from all interested 8(a) businesses.  No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.  Interested vendors should submit an electronic responses no later than 4:00 PM, Pacific Standard Time (PST) on 5 Jul 2019 via e-mail to the Contract Specialist, Guillermo Martinez, at guillermo.martinez.3@us.af.mil and the Contracting Officer, Kim Davis, at kim.davis.1@us.af.mil.

 

NOTE: File size shall not exceed 10MBs as e-mails over this size will not be received.  Telephone requests will not be honored.  Information and materials submitted in response to this request will not be returned.

 

All data received in responses to this Sources Sought that is marked or designated as corporate proprietary will be fully protected from any release outside the Government.


Guillermo Martinez, Contract Specialist, Phone 6612770247, Email guillermo.martinez.3@us.af.mil - Kim M. Davis, Contract Administrator, Phone 6612773378, Email kim.davis.1@edwards.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP