Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOURCES SOUGHT

C -- Sources Sought Notice for A-E Design Services - New Mexico Air National Guard, Kirtland AFB

Notice Date
5/22/2024 8:01:45 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W7NQ USPFO ACTIVITY NMANG 150 KIRTLAND AFB NM 87117-5875 USA
 
ZIP Code
87117-5875
 
Solicitation Number
W50S8G-24-T-AEDB
 
Response Due
6/13/2024 11:00:00 AM
 
Archive Date
06/28/2024
 
Point of Contact
Raquel Schildgen, Phone: 5053893981, Marshall Baca, Phone: 5057180187
 
E-Mail Address
raquel.schildgen@us.af.mil, marshall.e.baca.civ@army.mil
(raquel.schildgen@us.af.mil, marshall.e.baca.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Place of Performance: New Mexico Air National Guard, Kirtland AFB, Albuquerque, NM 87117 USA The New Mexico Air National Guard currently has a requirement that requires multidisciplinary professional design services, Architect Engineering Services to completely design documents on the repair/upgrade of facility B1061 to convert to Deployment Processing Center. This requirement consists of performing all Architectural � Engineering (A-E) services necessary to prepare 100% plans and specifications for a Design-Bid-Build package as stated in the ARCHITECT-ENGINEER STATEMENT OF WORK (attached).�� SOURCES SOUGHT NOTICE - The purpose of this Market Research/Sources Sought Notice is to gain knowledge of potential qualified design firms. Responses to this Sources Sought will be used by the government in making appropriate acquisition decisions. THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Architect and Engineering (A-E) Services in support of the New Mexico Air National Guard, Kirtland AFB, NM, on a small business set-aside basis, provided 2(two) or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The New Mexico Air National Guard is seeking and encourages qualified A-E small businesses, in all socioeconomic categories including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns, to identify their capabilities in meeting the requirement at a fair market price. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any construction or design service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the sam.gov website. It is the responsibility of potential offerors to monitor the System for Award Management (SAM) for additional information pertaining to this requirement. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. Capability/submittals are due no later than by 12:00 (Noon MDT) on 13 June 2024. In response to this sources sought notice, submit your capability/submittals package to the following email addresses: Contract Specialist: Raquel Schildgen Email: raquel.schildgen@us.af.mil Contracting Officer: Marshall Baca Email: marshall.e.baca.civ@army.mil �� The response shall reflect: ""Firm's Name, Response to the Sources Sought Notice for the Architect and Engineering (A-E) Services at Kirtland AFB, NM, W50S8G-24-T-AEDB. The size limit of each email, with all attachments, cannot exceed 10 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED files as the Government's information network will remove all zipped files. Any questions from this notice will end on 29 May 2024 at 1600. Email firms consolidated questions to person(s) identified in this notice; Firms shall use the firm�s government POC or Owner listed in SAMS to send the questions from the firm. An attachment with all consolidated questions with government responses will be included in this notice and updated regularly to help prevent duplicate questions being received. The anticipated NAICS code is 541310, �Architectural Services� with a size standard of $12.5M. The proposed PSC code is C219 for architect and engineering general services. Interested firms must be registered in SAM and meet responsibility requirements. � Interested firms shall respond with the following documents, below, by email to the individual(s) identified in this notice: SF 330 Parts I and II Capabilities Statement (submissions are limited to no more than 15 pages in length, single spaced, and 12-point font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. Sources Sought Response Form (attached): Provide company profile to include name of your firm, point of contact, phone number, email address, CAGE code, and Unique Entity Identifier (UEI) number. Respondents must also indicate whether they qualify as a Small Business, SOB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. Confirm SAMS registration is current and correctly identifies the Firms Point of Contact: Name, Number and Email for government contracts. Provide what you believe are the key tasks that need to be accomplished to be successful to conduct Architect and Engineering(A-E) Services at Kirtland AFB, NM. In essence: ""What key tasks should be used for determining minimum capability?"" Identify whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008): ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), 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. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Identify type(s)/certifications(s) of proposed subcontractors (such as SOB,8(a), HUBZone, SDVOSB, and WOSB). Interested firms will be evaluated per The Brooks Act"" (Public Law 92-582, 40 U.S.C. 541 et seq.) and DFARS PGI 236.602 Selection of firms for architect- engineer contracts. Specifically, PGI 236.602-1(a)(6). The selection(s) of the most highly qualified firms is not based upon competitive bidding procedures but rather upon professional qualifications necessary for the performance of the required A-E services. NOTE: Determining Highly Qualified, Qualified and Unqualified Adjectival Rating Description Highly Qualified, SF330 demonstrates professional qualifications necessary, specialized experience and technical competence, capacity to accomplish the work in the required time, relevant and recent work history. Qualified, SF330 demonstrates professional qualifications, experience and technical competence, capacity to accomplish the work, some relevant and recent (within past 5 years) work history. Unqualified, SF330 does not demonstrates professional qualifications necessary and/or specialized experience and technical competence, capacity to accomplish the work in the required time. Any relevant and recent work history is greater than 5 years. Evaluation/Selection Criteria (1-6): The criteria are listed below in descending order of importance. IAW FAR 36.602-1(a), Agencies shall evaluate each potential firm in terms of its- Factor 1 � Professional Qualifications: All key personnel shall be licensed in New Mexico; resumes and copies of credentials shall be provided for the following key personnel: Architect, RA Civil Engineering, PE Civil Communications Designer, PE Electrical and Computer, RCDD Electrical Engineering, PE Electrical and Computer Environmental Engineering, PE Geotechnical Engineering, PE Interior Designer, NCIDQ Land Surveyor, PLS Landscape Architect, RLA LEED Accredited Professional, LEED BD+C Mechanical Engineering, PE Mechanical Project Manager, PE Qualified Fire Protection Engineer, PE Fire Protection Quality Assurance Management, PE Structural Engineering, PE Structural This factor shall include an organizational chart and a narrative describing how the team will function including key personnel leadership roles. Functions to be subcontracted shall be clearly identified by subcontractor. Factor 2 - Specialized Experience and Technical Competence: Firms shall select 3 projects for submission that demonstrate their Specialized Experience and Technical Competence. All submitted projects must have been completed within the last five years from date of this notice. Provide examples of work that your company has performed as the Prime Contractor in the areas listed below. Include the total contract dollar value by submitting firm as the Prime Contractor. Detail what work was self-performed and what percentage of work was subcontracted. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Areas of work involving characteristics that are similar to the types of work described herein: Estimated Construction Cost of the Project in USD. Design Period of Performance in Months. LEED Certification Level. Number of Project Review Comments for each stage of submission. List of Key Personnel involved in the project from Factor 1. Unified Facility Criteria and Buildings Codes Applicable to the Project. National Environmental Policy Act (NEPA) documentation required. The factor shall include a Design Schedule outlining each submission stage and overall schedule, A-E Cost proposal for the submitted projects. Site investigations Surveys and Assessments including BUILDER and Energy Audits Feasibility Studies Project Development Studies (PDS) Building Evaluation Reports (BER) Master Plans Design-Build Bridging and Scope Preparation Estimating services Concept designs Design-Bid-Build documentation Design phase constructability reviews Technical design reviews Post award construction services such as record drawings, as builds, site inspections, and construction documents. Shop drawing review and approval Various other A/E Services Factor 3 � Geographic Proximity: Proximity in miles of the principal design office to Kirtland AFB, NM, and key personnel subcontractors. Factor 4 - Past Performance: Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Past Performance during the past five years from date of the pre-solicitation notification on similar contracts with respect to cost control, quality of work, compliance with performance/design schedules, customer satisfaction, management, and safety/security as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the Firm. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: In lieu of requesting past performance information, the Contract Performance Assessment Reporting System (CPARS) will be used for an Acceptable or Unacceptable rating only. If a firm does not have any past performance in CPARS, they will receive an Acceptable rating. Acceptable will be based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. An Unacceptable rating will be based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Note: Relevancy Rating will be included in the comments only in Past performance: (Very Relevant, Relevant, Somewhat Relevant, Not Relevant). Very Relevant: Past Performance effort involved is essentially the same scope and magnitude of effort and complexities of this design requirement. Relevant: Past Performance effort involved similar to the same scope and magnitude of effort and complexities of this design requirement Somewhat Relevant: Past Performance effort involved some of the same scope and magnitude of effort and complexities of this design requirement. Not Relevant: Past Performance effort involved little to none of the same scope and magnitude of effort and complexities of this design requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/478d138429ad4d3bafb367fe20d0708f/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07074094-F 20240524/240522230052 (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.