Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
SOLICITATION NOTICE

C -- 083003CR, Planning Charrette Report, Construct Fire Station #3, North Vandenberg SFB

Notice Date
4/29/2024 2:42:51 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
 
ZIP Code
93437-5212
 
Solicitation Number
083003CR
 
Response Due
5/30/2024 3:00:00 PM
 
Archive Date
06/14/2024
 
Point of Contact
Meghann E. Applebay, Phone: 8056052465, David C. Coatney, Phone: 8056062515
 
E-Mail Address
meghann.applebay@us.af.mil, david.coatney@spaceforce.mil
(meghann.applebay@us.af.mil, david.coatney@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project: XUMU 08-3003CR Planning Charrette Report (PCR) to Construct Fire Station #3 at North Vandenberg SFB �Request for Qualification (RFQ) for Architectural and Engineering Services Vandenberg Space Force Base, California Vandenberg Space Force Base has a need for Architectural and Engineering (AE) services to produce a Planning Charrette Report (with all relevant documentation) in accordance with Department of the Air Force Instruction (DAFI) 32-1020, Planning and Programming Built Infrastructure Projects, �and with the 30th Civil Engineer Squadron (30 CES) in developing an engineering plan to Construct Fire Station #3 located at North Vandenberg Space Force Base (VSFB). The AE firm shall research the current situation and provide an engineering solution in accordance with the attached Statement of Work and all applicable attachments, codes, standards, laws, and regulations, that pertain to this project. The 30th Contracting Squadron (30 CONS) intends to issue a Request for Proposal to one (1) AE firm for project XUMU 08-3003CR, Planning Charrette Report (PCR) to Construct Fire Station #3 at North Vandenberg SFB, on or about 11 July 2024. The award is contemplated as a total small business set-aside. The contract will be a negotiated, firm fixed-price contract. The following North American Industry Classification System (NAICS) code applies to this RFQ: 541330, Engineering Services. The size standard for this NAICS code is $25.5M. Drawings, cost estimates, specifications, calculations, and all other deliverables required under this acquisition shall be completed within 182 calendar days after date of Award, unless otherwise agreed upon with the Government project manager and contracting officer. All respondents are advised that in accordance with 10 U.S.C. 7540, 8612, and 9540, the contract price for the preparation of designs, plans, drawings, and specifications shall not exceed six percent of the project's estimated construction cost. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The estimated magnitude for construction (not design) of this project is more than $10,000,000. This acquisition will be procured pursuant to the requirements in Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation and FAR Part 36, Construction and Architect - Engineer Contracts. All potential respondents are reminded that in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make a respondent ineligible for contract award. � Request for Qualifications: This Request for Qualifications shall not be mistaken for a Request for Proposal. In accordance with FAR Part 36.702, interested AE firms shall submit an SF330, Architect-Engineer Qualifications, for Government evaluation by the RFQ deadline. SF330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms-library/architect-engineer-qualifications. All sections of the SF330 must be completed. For Section H, each summary sheet shall be no more than one (1) page in length, and no more than ten (10) pages total unless otherwise specified within the Evaluation Factors. For Section F, submit no more than five (5) projects similar in scope to this acquisition within the last five (5) years from the date of this RFQ. Projects may include Federal, State, or local Government, as well as private industry projects. � All completed SF330s received by the RFQ deadline will be evaluated by the Government. Failure to provide requested data may negatively impact a respondent 's rating or determine the respondent non-responsive.�In accordance with FAR Part 36.6, Architect-Engineer Services, and based on the SF330s and responses to RFQ evaluations, only the one (1) AE firm considered to be the most highly qualified after review and discussions of the minimum requirements/evaluation factors will be eligible to receive the Request for Proposal.� Small Business Program Representation and Certification: Due to issues currently affecting the validity of Reps and Certs on SAM.gov, interested parties must provide their current statuses/information by filling out FAR clause 52.219-1 Small Business Program Representations. Responding parties that do not provide the required information will be considered non-responsive and will NOT be considered for award. Evaluation Factors: In accordance with FAR Part 36.602-1, Selection Criteria, potential AE firms will be evaluated based on the following selection criteria: (1)�Professional qualifications necessary for satisfactory performance of required services.� Complete this evaluation factor using Section E and Section G of the SF330. Submit personal resumes and relevant information for key and responsible personnel. Section E shall be not more than one (1) page in length per individual, and not more than fifteen (15) total pages.�Evaluation of professional qualifications will include but is not limited to the subjective assessment of the AE firm�s individual personnel resumes. The AE firm shall ensure that only qualified, competent personnel carry out the tasks outlined in this SOW. Competent is defined as a registered professional or, where registration is not applicable, trained, and/or certified in their respective field. All tradesmen performing work in a trade which has a California AE�s license available shall be licensed or under the direct supervision of a tradesman licensed in the trade being performed. Failure to provide sufficient data supporting professional qualifications may negatively impact an AE firm�s rating. � (2)�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. Complete this evaluation factor using Section F of the SF330. Specialized experience pertains to the types, size, volume, budget, and complexity of work previously or currently being performed by the AE firm that is comparable to the work to be performed under this project�s scope of work. Specialized experience may also include unique conditions, considerations, or circumstances encountered that are relevant to this RFQ. Specialized experience does not include overseas offices for projects outside the United States, its territories, or possessions; nor does it include subsidiaries that are not normally subject to management decisions, accounting, and policies, or a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company.�Technical competence includes construction and design projects similar in project scope, size, construction features, dollar value, and complexity of that listed in this RFQ. Similar complexity is considered projects of an operational, construction, or design likeness to the work outlined in this SOW. Specific emphasis of experience and technical competence shall be geared toward facilities and building design of mass notification systems, or similar. AE firms unable to demonstrate proven specialized experience and technical competence may be considered non-responsive or scored negatively. � (3)�Capacity to accomplish the work in the required time. Complete this evaluation factor using Section H of the SF330. Provide a narrative that describes the AE firm�s work capacity. Narrative shall be no more than one (1) page in length.�The AE firm shall provide a brief summary of its past, present and projected future workload over the previous 12 months, through Fiscal Year 2025. The AE firm shall describe the capacity to incorporate this project�s scope of work while meeting prescribed dates for current workload. � (4)�Past performance, within the past five (5) years,�on contracts with Government agencies and/or private industry in terms of cost control, quality of work, compliance with performance schedules, and satisfactory project management. Complete this evaluation factor using Section H of the SF330 describing the AE firm�s past performance. The summary sheet shall be no more than two (2) pages in length. Include information on problems (errors/omissions) found, how the problems were corrected, and the impacts to the successful completion of the project (time delays, cost impacts, design modifications, etc.). Respondents are notified that the Government may use sources of information such as, but not limited to the Contractor Performance Assessment Reporting System (CPARS) to determine a respondent�s relevant experience and past performance as part of this evaluation. The evaluation of past performance will include but is not limited to: The customer�s assessment of the respondent 's quality of work; record of conforming to contract requirements and applicable codes, standards, laws, and regulations; history of satisfactory project management and collaboration with the customer; addressing design errors/omissions timely; and adherence to approved schedules. Failure to demonstrate proven competence to perform design services similar in scope and complexity to this acquisition may be considered ineligible for award. (5)�Location in the general geographical area of the project and knowledge of the locality of the project. Complete this evaluation factor using Section H of the SF330. Provide a narrative that describes the respondent�s experience with developing designs for facilities/buildings located in California. Narrative shall be no more than one (1) page in length. Respondents will be subjectively evaluated based on their knowledge and familiarity (and the knowledge of subcontractors) with applicable codes, standards, laws, and regulations, that pertain to this project. If prior experience in California is minimal or unavailable, describe how the design team plans to obtain specific knowledge of local conditions or project features required for a compliant design. Data from other projects and locations are acceptable to highlight knowledge of applicable codes, standards, laws, and regulations, that pertain to this project.�Higher ratings may be given for prior experience working on Vandenberg Space Force Base. Notice to potential respondent(s): Funds are not presently available for this effort. No award will be made for this effort until funds are available. The Government reserves the right to cancel this acquisition, either before or after the deadline for receipt of SF330s. In the event the Government cancels this acquisition, the Government has no obligation to reimburse a respondent of any cost. � Responses to this RFQ are due no later than 30 May 2024 by 3:00PM PST. Late responses will not be considered for further elevation.� � � NOTE: It is the responsibility of all potential respondents to monitor these sites for release of any future notices and/or release of amendments. General inquiries regarding this notice may be emailed to Meghann Applebay at meghann.applebay@spaceforce.mil and David Coatney at david.coatney@spaceforce.mil. Please note that due to increased firewall protections, some emails may be blocked; therefore, a follow-up via telephone at 805-605-2465 (if an acknowledgement is not received via email) is strongly recommended to ensure receipt of your submission by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe2da4fc7a6f4e6fb619101dbb7ed540/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN07045288-F 20240501/240429230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.