SOURCES SOUGHT
C -- Architect/Engineering Services - Mechanical/Electrical/Plumbing
- Notice Date
- 9/7/2023 7:00:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875123R0019
- Response Due
- 9/22/2023 12:00:00 PM
- Archive Date
- 10/07/2023
- Point of Contact
- Richard Childres
- E-Mail Address
-
Richard.Childres@us.af.mil
(Richard.Childres@us.af.mil)
- Description
- SPECIAL NOTICE: The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB)�sources for Architect and Engineering Services - Mechanical/Electrical/Plumbing. This is a Sources Sought Notice and is not a Request for�Proposal (RFP).� No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a�solicitation or ultimately award a contract, nor does it restrict the�Government to a particular acquisition approach. Any information provided to the Government as a result of this�sources sought notice is voluntary. Responses will not be returned.� No�entitlement to payment of direct or indirect costs or charges to the�Government will arise as a result of contractor submission of responses or�the Government�s use of such information. The information obtained from�responses to this notice may be used in the development of an�acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning�purposes only. GENERAL SCOPE: Mechanical/Electrical/Plumbing (MEP) engineering design services are required for design of miscellaneous operations and maintenance projects and supporting services at or designated by Air Force Research Laboratory (AFRL) Rome Research Site (RRS), including subordinate field and other support sites. Design services (Title I) required will be in conjunction with remodeling and maintenance type projects, including preparation of drawings, specifications, government estimates, and construction schedules. Various types of ME services such as investigation, inspection, studies, energy audits, reports, and cost estimates also may also be required. �Also included is Title II Construction services consisting of supervision and inspection of construction. �A draft statement of work is provided in ATTACHMENT 1. BACKGROUND: AFRL RRS is an information directorate site, denoting the site conducts research and development in the information, cyber, computing, and electrical fields. �The Information Directorate is the Air Force�s and nation�s premier research organization for Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies. The directorate explores, prototypes, and demonstrates high-impact, affordable, and game-changing technologies. To support the science, engineering, and research mission, AE firms will be required to produce designs for, including but not limited to, server rooms with greater than typical cooling capabilities, anechoic chambers, sensitive compartmented information facilities, and similar types of computer and information research facilities.� The buildings AFRL RRS occupies are legacy, remaining from the former Griffiss AFB, built over the course of decades.� Consequently, electrical, mechanical, structural, and infrastructure may be aged.� Firms will be expected to introduce and meld modern with antiquated. The minimum amount to be issued under the contract will be the value of the first delivery order. A firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be issued for a period of five years. Performance period will be a basic five-year contract. Projects will be issued to contractor by delivery orders. It is anticipated that no delivery order will exceed $400,000 and that the cumulative amounts of all delivery orders will not exceed $2,000,000 over the five year contract life. SIZE STANDARD:� The North American Industry Classification System code for this procurement is 541330.� For reference, the small business size standard is $22,500,000 in average annual revenue over the past three years. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.� Additionally, A joint venture agrees that, in the performance of the contract, the applicable percentage specified will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. RESPONSE PROCEDURES:� Prime contractors who are 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns and who intend to submit a�proposal for this notice MUST submit the following by 3:00 p.m. EST, 22 September 2023: (1)�a positive statement of your intention to submit a proposal for this�notice as a Prime Contractor; (2) a positive statement of your ability and intention to comply with FAR 52.219-14, Limitations on Subcontracting; (3)�dated letter or certification from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); and (4)�completed Standard Form 330, Part II (ATTACHMENT 2) listing experience in work of similar type and scope identified above, to include contract numbers, project titles, dollar amounts, and points of�contact with their current phone numbers.� Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. All of the above�must be submitted in sufficient detail for a decision to be made on the�availability of interested 8(a), HUBZone, WOSB, SDVOSB, or SB concerns. �Responses shall be limited to 15 pages.�Failure to submit all information requested would�result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the Point of Contact given below.� Technical questions may be referred to Richard Childres at 315-330-4194, Email richard.childres@us.af.mil or John Haberer, 315-330-4378, john.haberer@us.af.mil. Point of Contact: Richard Childres Contract Specialist Phone: 315-330-4194 Fax: 315-330-2555 Email: richard.childres@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de4b526b368949e8a9deed2c6e65e2b9/view)
- Record
- SN06823194-F 20230909/230907230105 (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 |