SOLICITATION NOTICE
C -- AIR FORCE CIVIL ENGINEER CENTER (AFCEC) WORLDWIDE FUELS INFRASTRUCTURE MISSION FY23 ARCHITECT-ENGINEER SERVICES FOR PETROLEUM, OIL, & LUBRICANT FACILITIES (AE23POL)
- Notice Date
- 6/9/2022 2:04:14 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
- ZIP Code
- 78236-9861
- Solicitation Number
- FA890322R0048
- Response Due
- 7/10/2022 12:00:00 PM
- Point of Contact
- Geoffrey S. Bender, Phone: 2404069304, Elizabeth Wergin
- E-Mail Address
-
geoffrey.bender.1@us.af.mil, elizabeth.wergin@us.af.mil
(geoffrey.bender.1@us.af.mil, elizabeth.wergin@us.af.mil)
- Description
- PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS NOR A REQUEST FOR SF330�s. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD.� GENERAL INFORMATION The 772 Enterprise Sourcing Squadron (ESS) in conjunction with the Air Force Civil Engineer Center (AFCEC), Joint Base San Antonio - Lackland Air Force Base, TX, desires to contract with Architect-Engineer (A-E) firms, primarily in support of the Defense Logistics Agency (DLA)� worldwide DoD fuels infrastructure mission.� We anticipate awarding one (1) Multiple Award Task Order (MATOC) Architect-Engineer (A/E) contract to support the worldwide DoD fuels infrastructure mission.� The intention is for the MATOC to contain a suite of 14 Indefinite Delivery Indefinite Quantity (ID/IQ) contracts with 5 reserved for Small Business. This MATOC will be procured in accordance with the Selection of Architect-Engineers (Brooks Act) procedures, as implemented in FAR 36.6.� Firms will be selected based on the selection criteria required at FAR 36.6, with specific technical competence and professional qualifications of DoD Fuels Infrastructure Design of most importance in determining the Most Highly Qualified firms. The North American Industrial Classification System code is 541330, which has a size standard of $22,500,000 in average annual receipts.� To receive award, contractors must be registered in the System for Award Management (SAM).� Register via the SAM website at http://www.sam.gov.� All responders are advised that this action may be revised or cancelled at any time during the SF330 submission, selection, evaluation, negotiation, and final award process. Telephonic interviews may be held with some, none, or all firms during the selection process. Award of any resultant contract does not guarantee work to the selected firms; however, the Government anticipates an estimated $2500 Task Order will be awarded concurrently with the basic contract award, requiring contractor awardees to attend an in-person �Contractor School� to meet stakeholders, present task order ordering procedures, and discuss overall terms and conditions of the contract.� Each basic ID/IQ contract will have a basic ordering period of ten (10) years. The basic ID/IQ contract will be structured to allow for the issuance of Firm-Fixed Price (FFP) task orders.� Task orders will be awarded in accordance with the Brooks Act selection procedures implemented in accordance with FAR 36.6. FY23 Architect-Engineer Services for Petroleum, Oil, & Lubricant Facilities (AE23POL) will provide for traditional Title I, Title II, and Other DoD POL A/E services with a total contract capacity of $500,000,000. The maximum Task Order limitation will be a minimum of $2,500 and a maximum of $5,000,000, subject to the limitations at FAR 52.216-18. RFPs: Those firms that are determined to be the most highly qualified after submittals of the SF330�s will be issued a Request for Proposal (RFP) to submit composite labor rates covering a variety of engineering and engineering support labor categories. Only one rate per labor category will be negotiated. Large Businesses will also be required to submit a subcontracting plan, which will be reviewed for compliance with the subcontracting goals identified above. Approved subcontracting plans will be incorporated into any resultant award to a Large Business. QUESTIONS: A pre-solicitation (pre-SF330 submission) conference will not be held. Questions and/or comments shall be addressed to the Contracting Officer, geoffrey.bender.1@us.af.mil and the Contract Specialist elizabeth.wergin@us.af.mil with the subject line: �FA890322R0048 FY23AEPOL � Request for Information � COMPANY NAME�.� Any questions and/or comments received after the deadline will not be considered for response.� All timely questions and/or comments will be addressed and subsequently posted on the FedBizOpps website.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3829378150c64bedbc4a09aa6bf0e0f8/view)
- Record
- SN06352677-F 20220611/220609230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |