The RFP Database
New business relationships start here

ARCHITECT-ENGINEERING (A-E)


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

NOTICE FOR ARCHITECT-ENGINEERING (A-E) SERVICES WITHIN 200 MILES OF ARNOLD ENGINEERING DEVELOPMENT COMPLEX
Arnold AFB, TN desires to contract with a multi-disciplined Architect-Engineer firm to provide A-E Services. Services shall include conducting engineering studies and the preparation of designs, specifications, schedules, and cost estimates for a large range of repair/minor construction and sustainment restoration and modernization type projects. The selected A-E firm is expected to work closely with Government personnel and project managers. Complete designs and details will involve architectural, civil, structural, mechanical, fire protection, electrical and environmental engineering disciplines. A-E selection procedures will be used to competitively award one indefinite delivery/indefinite quantity (IDIQ) contract. The contract will have one year basic period and four additional one-year options. The contract ceiling value will be a maximum of $4.9 million with a minimum fee guarantee of $20,000. The best estimated quantity is expected to be $700,000.00 per year over the anticipated five year period. Delivery Orders issued under the basic contract will be used to direct performance of effort.

This is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 541310. The small business size standard is $7,500,000.00. Please review 13 C.F.R. 121.103 if you have questions about affiliation rules.


This IS NOT a request for proposal. Funds are not currently available and the Government has no obligation to reimburse a firm for any costs associated with their participation or response.


Not responding to this notice shall preclude participation in the subsequent RFP. This is a competitive selection in which competing vendor's qualifications will be evaluated in accordance with FAR Subpart 36.6 and the following information to determine the most highly qualified firms. The Government intends to award one indefinite delivery/indefinite quantity (IDIQ) contract which will include a base period plus four option periods.


It is the responsibility of the A-E firms to monitor this site for additional information pertaining to this requirement. Amendments to this notice will be posted to www.FBO.gov and will not be provided individually.


QUALIFICATION EVALUATION CRITERIA


Primary Selection Criteria. The following criteria are primary and will be applied by the preselection board to determine the top three highly qualified firms and by a selection board to determine the most highly qualified firm. The selection of the A-E firm for this contract will be based on the following evaluation factors in priority order of importance:


1. Specialized Experience and Technical Competence-specialized work experience of the firm(s) and, where appropriated, experience in energy conservation, pollution prevention, waste reduction, and the used of recovered materials. Specialized experience and technical competence will be evaluated in the following areas:


a. Development and preparation of preliminary assessment/site inspection,
b. Cost Analysis and Cost Estimates
c. Feasibility Studies and Business Case Analysis
d. Multi-discipline Design and Administration (cost estimating, specification development, drawing preparation),
e. Safety Analysis/Inspections/Investigations/Repair Plans Production
f. Quality Assurance Work plans.


2. Past Performance-on A-E Services/Design service based on Past Performance Questionnaires received, past performance on contracts with Government Agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.


3. Professional Qualifications-for satisfactory performance of required services the following areas will be evaluated:


a. Experience (10 years for principals: Civil, Mech., Elec., Arch.),
b. Training Certifications (PE-Principal Engineer, AIA PMP),
c. Education of Key Personnel (BS minimum, MS Maximum, Civil, Elec., Mech., Arch.),
d. Type and Quality of Previous Projects,
e. Creativity and Imagination of Staff


4. Professional Capacity-existing capacity of the firm(s) professional staff to accomplish the work in the required time shall be evaluated in the following areas:


a. Civil, Structural, Traffic, Roadway, Bridge, Water Resources Engineers, Surveying,
Hydrology, Geotechnical, Engineering.
b. Electrical Engineers (Low/Mid and high Voltage and COMM)
c. Mechanical Engineers (HVAC, Industrial Process piping and pressure vessels)
d. Architects
e. Fire Protection Engineers, Industrial and Office Areas
f. Cost Estimators
g. Safety/Inspection/Investigation Professionals
h. Quality Professionals


5. Location-All A-E firms responding must be located within 200 miles of Arnold AFB, TN 37389. Subcontract firms are not requied to be within 200 miles of Arnold AFB, TN.  It has been determined that an appropriated number of qualified firms exist within this geographical area. Any firm not within 200 miles of AEDC will be eliminated from competition.


QUALIFICATION PACKAGE PREPARATION INSTRUCTIONS


To assure timely and equitable evaluation of qualified packages, A-E firms must follow the instructions contained herein. A-E firms are required to meet all instruction requirements. Failure to meet a requirement may result in an A-E firm being excluded from evaluation. A-E firms must clearly identify any exception to the instructions and provide complete accompanying rationale.

1. System for Award Management: All A-E firms are to be registered in System for Award Management at www.SAM.gov by the response date.


2. Questions: All questions regarding this synopsis must be submitted in writing to richard.schleicher.1@us.af.mil no later than 7 Nov 17, 2:00PM Central Standard Time.


3. Response Package: Prospective firms shall submit completed U.S. Government Standard Form 330, Part I and Part II (6 copies each) to USAF Installation Contracting Branch, Contracting Execution Division, ATTN: Mr. Richard Schleicher, 100 Kindel Drive, Suite A-332, Arnold AFB, TN 37389-1332, not later than 2:00 PM (local time) on 14 Nov 17.


a. To ensure proper handling clearly label all response packages with the synopsis number FA9101-17-R-0109, SOURCE SELECTION SENSITIVE, and the due date and time of 14 Nov 17, 2:00PM CST.


b. Hand carried packages must be received at the location identified above no later than the due date and time. All visitors to AEDC must contact the Contract Specialist, richard.schleicher.1@us.af.mil to receive a visitor badge for dropping off the response package. In the e-mail please identify the name of the person visiting AEDC and whether or not they are U.S. Citizen. Processing through the Visitor Control Center may take 60 minutes or more, so please plan appropriately.


4. Package Content: Prospective firms are directed to keep the title page count of submission to no more than 50 pages (8.5 x. 11, readable font size of 10, double sided and secured with plastic comb binding element, portrait format, head to foot layout); and additional pages and/or documents submitted will be destroyed without consideration. Electronic format (Adobe Acrobat PDF) SF 330's will be accepted in addition to the mandatory hard copies described above. Included in the page count:

a. A cover page including the A-E firm's name, point of contact information with phone number and e-mail, DUNS number, CAGE code, and business type (small business and/or socio-economic category).


b. A list of three to five references with point of contact information (phone number and e-mail addresses) and a brief description of the type of A-E effort. References may include current work that has reached the 90% design phase and work accomplished within the past five years.

5. Past Performance: Prospective A-E firms are responsible for submitting Past Performance Questionnaires (PPQ) to their references. Those references are to submit the PPQ to the Contracting Officer by the due date and time listed above. The Contracting Officer's contact information is provided on the PPQ. In order to maintain the integrity of the Past Performance review PPQ will not be accepted directly from the A-E firm. Please make sure references are aware of the response due date and time. Past performance may include current work that has reached the 90% design phase and work accomplished within the past five years. Make sure to identify any prior or ongoing Department of Defense A&E services within the past five years.


6. Team Identification: Please note, per FAR 52.244-4, Subcontractors and Outside Associates and Consultants (Architect-Engineer Services)(Aug 1998): Any subcontractors, outside associates, or consultants required by the Contract 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.


AF 5352.201-9101 OMBUDSMAN (JUN 2016)


(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 of the ombudsman does not affect 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, AFTC/CV, 1st S. Rosamond Blvd., Edwards AFB CA 93524,
(661) 277-2810, aftc.cv.opr.workflow@edwards.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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.


Robert A. Greene, Contracting Officer, Phone 9314545167, Email Robert.Greene.17@us.af.mil - Richard Schleicher, Contract Specialist, Phone 931-454-4675, Email Richard.Schleicher.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP