BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Young, Arizona. Contact the soliciting agency for additional information.

Contract Award Date: Sep 27, 2023 Contract Award Number: W9133L-23-D-6012 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: MK6MJU7BWCA9 Contractor Awarded Name: HDR ENGINEERING, INC. Contractor Awarded Address: Boise, ID 83706 USA Base and All Options Value (Total Contract Value): $60,000,000.00 INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE NATIONAL GUARD BUREAU IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD HORIZONTAL CONSTRUCTION PROGRAMS THROUGHOUT THE REGION 03 CONTRACT INFORMATION: The National Guard Bureau is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36. As a result of this announcement, the National Guard Bureau intends to award a target of three (3) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with one (1) solicited as Other than Small Business (i.e. unrestricted) and two (2) to be reserved for small business concerns, if there is adequate competition in accordance with FAR 36.602. These contracts will provide Horizontal A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Region 03, which includes Arizona (AZ), California (CA), Colorado (CO), Idaho (ID), Illinois (IL), Iowa (IA), Minnesota (MN), Montana (MT), Nebraska (NE), Nevada (NV), New Mexico (NM), North Dakota (ND), Oregon (OR), South Dakota (SD), Utah (UT), Washington (WA), Wisconsin (WI), and Wyoming (WY). The total capacity of the three (3) contracts is $60 million. This capacity will be shared among all firms. The Government may award more contracts within each business category (i.e. Small Business or Other than Small Business) depending on the source selection decision regarding how many firms are considered the most highly qualified per the 2014 Selection of A&E Contracts Act selection procedures. Each IDIQ will be for a five (5) year ordering period from the date of award of all contracts. Guidelines for competition of task orders: Non-Complex A-E task order requirements with a Programmed Amount (PA) less than $3M must be set-aside for competition among the reserved Small Business Firms Non-Complex A-E task order requirements with a Programmed Amount (PA) above $3M may be competed among all IDIQs Complex A-E task order requirements with a Programmed Amount (PA) less than $3M may be competed among all IDIQs Complex A-E task order requirements with a Programmed Amount (PA) above $3M may be reserved to the Unrestricted IDIQ The following definitions apply to the Horizontal Requirements: Complex work is defined as projects that include uncommon characteristics (such as control systems, arresting systems, new construction airfield pavements, micro-grids, utility stations, or other similar uncommon characteristics) or work that requires significant planning or siting. Non-Complex is defined as any requirement that does not fit the definition of Complex. All firms responding to the announcement will be required to identify which category they are submitting. All firms will be required to state the words, "Small Business", or "Other than Small Business" after the solicitation number in PART I, A, Block 3 of Standard Form 330. Firms will be required to submit a separate SF 330 for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $16.5M in average annual receipts of a business's latest three fiscal years. Small businesses are encouraged to team with other businesses. These are not requirements contracts. The contract will consist of two (2) ordering periods; one (1) ordering period will be for five (5) years and one (1) optional ordering period for six (6) months with a total contract ceiling of $60M for the entire program. The total contract period shall not exceed five (5) calendar years and an option to extend six (6) additional months. Task orders will be primarily for projects with a construction value typically between $100K and $90M, however, as required, larger and/or smaller projects may be executed. The minimum total fee guaranteed to each contract awardee is $2,500.00. Order limitations are as follows: The Contractor is not obligated to honor (1) any order for a single item above $18M or (2) any order for a combination of items over $20M. Work will be issued by negotiated firm-fixed price task orders. Projects to be designed are not yet determined and funds (except those reserved for the minimum fee guarantee) are not presently available. The selection of A-E firms is based on professional qualifications necessary for the performance of the required services (rather than competitive bidding procedures). All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested Architect-Engineers are reminded that, under the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to pursue an IDIQ contract must convey their intent to meet the minimum small business goals on the SF330, Section C, by identifying subcontracting opportunities with small businesses. Minimum goals for this procurement are: Small Business (all types of small business combined) 14%; Small Disadvantaged Businesses 3%; Woman Owned Small Business 5%; HUBZone Small Business 1%; Veteran-Owned Small Business 3% and Service Disabled Veteran Owned Small Business 3%. If selected as the most highly qualified firm, the large business offeror will be required to submit a Small Business Subcontracting Plan following FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with the SF330 submittal. Small Business firms that are selected under the Small Business set aside must perform 50 percent of the contract performance by the prime or a similarly situated Small Business subcontractor in accordance with Deviation 2020-O0008. If selected as the most highly qualified firm, the large business offeror will be required to submit a Small Business Subcontracting Plan following FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package (RFPP). The subcontracting plan will be based on subcontracting dollars. The subcontracting plan is NOT required with the SF330 submittal. The wages and benefits of service employees (FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. This is a multiple award effort with the most-highly qualified firm in the Small Business group and the most-highly qualified firm in the Unrestricted group receiving their RFPP's first. Once that process is complete, the next most highly qualified firm will be provided their RFPP, and so on. In accordance with 40 USC 11, Selection of Architect and Engineers, the negotiation process will continue until an agreement is reached and all contracts are awarded. PROJECT INFORMATION: Anticipated A-E services for Region 3 may include but are not be limited to performance of planning, and program support; A-E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Air and Army National Guard Programs. Typical work may include, but is not specifically limited to: A: the preparation of plans, specifications, calculations, and cost estimates; B: the development of cost management, quality control and quality assurance plans; C: construction inspection, testing and management services; D: development of engineering standards; E: preparations for design submissions; F: technical, economic, planning, environmental remediation, value engineering and other studies, analyses, surveys, investigations, and reports; G: development of performance criteria for bridging documents for design build projects; H: development of documents to support various government construction programs. Services may also include, but are not limited to, a wide variety of professional services in support of projects for horizontal infrastructure to meet the needs of the National Guard. Various projects may include services associated with National Guard installations/facilities, such as Pavements to include Airfield, Roads, parking lots and Sidewalks, Aircraft Arresting Systems, munitions maintenance and storage facilities, Utilities (Water, Sewer, Electrical, Natural Gas, Storm Drainage), running tracks, Fencing and gates, Exterior lighting for parking and airfields, Oil Water Separators, Automated Record Fire Ranges, Gunnery Complex, Clear Zones, Bridges, Generator connections for facilities, Smart Meters, Barriers, Lightning Protection Systems, Reservoirs, Fall Protection Fire Loops, Fuel systems and other support facilities. Additionally, task orders may be issued for support services, which require A-E Services as defined in FAR 2.101. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A - Professional Qualifications necessary for satisfactory performance of required services (SF330, Part I, Section E): The selected firm must have, either in-house or through consultants, all disciplines listed for this criteria and must provide resumes in Part I, Section E, of the SF330. Resumes shall not exceed two (2) pages each. All engineers, architects and the project manager must have the following in the role they are assigned to on the project team: a Bachelor's degree, professional registration, and at least five (5) years of relevant experience. The Government may provide additional consideration for special training or certifications, additional registrations, higher level of education degrees, and/or years of experience that exceeds the five-(5) year minimum requirement: (1) Civil Engineer; (2) Geotechnical Engineer; (3) Project Manager (4) Electrical Engineer; (5) Surveyor, registered professional land surveyor with 5 years of relevant experience; (6) Environmental Engineer; (7) Mechanical Engineer; (8) Structural Engineer; (9) Geologist with a Geology or physical scientist Bachelor's degree, with 5 years' experience and a Certified Professional Geologist (CPG) from the American Institute of Professional Geologists (AIPG); (10) Cost Estimator; Bachelor's degree, the cost engineering specialist(s) must be certified by a professional organization, such as AACE, International Costs Engineering Council (ICEC), or Professional Construction Estimators Association . The firm's and/or consultant's cost engineering or estimating specialist(s), must be specifically identified and their competence indicated by resume(s); (11) Fire Protection Engineer (must have an ABET accredited engineering degree and current registration in the field of Fire Protection Engineering within the United States or its territories, having passed the National Council of Examiners for Engineering and Surveyors (NCEES), and at least five (5) years of relevant experience); (12) Communications Specialist (Registered Communications Distribution Design (RCDD)); (13) Corrosion Engineer (Registered National Association of Corrosion Engineers (NACE)) Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist (CP4), or registered professional corrosion engineer); (14) Landscape Architect with a landscape architecture degree and registration in landscape architecture. **Note that the government will consider more favorably team members with Design Build Institute of America (DBIA) certification and Building Information Modeling (BIM) competence certifications. These will be credited with a strength. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Section E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registered professional qualifications within the 54 states and territories of the United States, and relevant individual experience in the type work required, and longevity with the firm. Criteria B - Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials (SF330, Part I, Section F): The offeror shall provide a maximum of ten (10) projects in total within the past six (6) years preceding the date of this announcement for both, the prime firm and subcontractor(s) in PART I, Section F, of the SF330. Examples of projects shall not exceed two (2) pages each. If any portion of the work provided as specialized experience is subcontracted, clearly identify that work as such and provide the required experience of that subcontractor as it relates to work the subcontractor is to perform for this solicitation. If the offeror is a joint venture, each firm shall provide information demonstrating experience relevant to their role on this project. A Project is defined as a single, stand-alone contract and/or a single task order issued under an existing IDIQ contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an IDIQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. Combining multiple task orders under an IDIQ to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when the project will be completed for each contract and/or task order. Firms shall only submit projects as evidence of experience if those projects are at a minimum beyond B1/65% design submission for Type A/B experience, and at a minimum 50% complete on construction for Type C experience. Include the percentage of work self-performed by the prime for each contract and/or task order. If proposing as a JV, ascribe the percentage of work self-performed by each Joint Venture member. The offeror and/or subcontractors must demonstrate experience in the following areas with narrative and by average revenue in part II where indicated: (1) Airfield Pavements - Experience in planning, programming, design and construction surveillance of military airfields such as runways, taxiways, and aprons, including airfield lighting systems, pavement markings, unreinforced portland cement and asphalt cement concrete pavements, drainage layers, and visual air navigation aids (2) Subterranean Utilities - experience in design and construction management of water mains, sanitary and storm sewers, medium and high pressure gas mains, electrical distribution including switchgear, and primary distribution underground telecommunications distribution, and fire distribution mains. Additional consideration may be given to those with electrical distribution experience at the following ratings: 12.47 kV, 13.2 kV, or 13.8kV. (3) Transit pavements - experience designing and managing construction of roadways, intersections, bridge and culverts, and parking lots including curb, gutter, storm water collection, drainage and management of run-off. (4) Technical Knowledge, Competence & Experience using DOD UFC and associated UFGS, highlighting any expertise with UFCs 3-260-01; 3-260-02; 3-230-01; 3-240-01; 3-250-01; 3-250-08FA; 3-535-01; 3-550-01; 3-570-01 or other horizontal project requirements; (5) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; (6) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (7) Demonstrate experience using projects and program management tools such as Newforma, Primavera, Submittal Exchange, ProjectWise, iPDWeb or similar systems; (8) Demonstrate experience (Profile Code C15 and T02 in Part II) in evaluating contractor's submittals, request for change, request for information, and performing construction surveillance; (9) Demonstrate experience with preparing the technical portions of a Design-Build Request for Proposal package for performance-based design-build; Discuss your techniques to control costs, scope, schedule and ensure safety (10) Demonstrate experience in design and survey for abatement of buried asbestos (such as found insulating abandoned steam lines), PFOS/PFOA from AFFF, and the handling/disposal of other toxic and regulated substances; (11) Demonstrate experience with NEPA, it's process and requirements as well as preparation of required documentation; (12) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, the project final design estimate compared to the initial construction bid amount, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. To be considered relevant, all experience demonstrated shall be within five (5) years of the date of this solicitation. In Section H of the SF 330, describe the firm's quality management plan, including quality assurance process, coordination of in-house work, coordination with consultants, and prior experience of the prime firm and significant consultants or partner firms. Demonstrate project design-to-bid performance showing final design estimate and compared it to initial awarded bid amount. Provide explanations for any variance greater than 5%. Criteria C - Capacity to accomplish multiple task orders in the required time (SF330, Part I, Section F): Firms must have the capacity to proceed with work and accomplish it promptly once a notice to proceed is issued and accomplish it prior to scheduled completion dates, including emergency response. Firms must demonstrate the ability to accomplish multiple task orders simultaneously. The evaluation will consider the prime availability of an adequate number of key personnel, equipment, and the extent of in-house facilities versus subcontracting needs. The A-E should submit evidence in the SF330 Part I, Section H, to support its capacity to accomplish work based on the following criteria: (1) Ability to meet design schedules and accomplish the work within the required time, (2) Ability to accomplish multiple task orders simultaneously: For firms submitting a proposal under the Other Than Small Business Firm's category, demonstrate the ability to accomplish multiple task orders (roughly equivalent to 3-5 task orders per year) above $600K in design costs that involve multiple concurrent disciplines, complex designs, and unique design solutions. For the Small Business Firms submitting a proposal under the Small Business category, the ability to accomplish multiple task orders (roughly equivalent to 3-5 task orders per year) with estimated design values at or below $600K that involve multiple concurrent disciplines and complex designs in a cost-effective, timely manner. (3) Demonstrate the project team proposed has the ability to manage and complete the anticipated workload as a result of a contract award from this announcement considering existing work the firm already has with other Government or private entities. (4) Demonstrate the ability to meet anticipated contract requirements if the A-E is awarded more than one contract under any of the other regions being procured by the National Guard Bureau for Vertical, Horizontal, Fire Suppression, and for Alaska, Hawaii, Puerto Rico and Virgin Islands. In your response, indicate if you intend to issue a proposal under more than one region and identify those regions. Criteria D -Past Performance (SF330, Part I, Section H): Firms must provide relevant past performance in the accomplishment of similar work. Firms must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Relevancy is defined in the DOD guide, as it pertains to the collection and use of past performance, as information that has a logical connection with the matter under consideration and application period. Submit information for all relevant contracts and subcontracts started or completed within the past six (6) years measured from the date of this notice. The six (6) years requirement is for the portion of the professional services (i.e. design efforts). Projects must be at least B1/65% designed for Type A/B and at a minimum 50% complete on construction for Type C. Firms may include supporting information in the proposal, such as letters of commendation from clients, past performance on recent similar contracts, information on problems encountered in prior contracts, and actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD experience data, available to the Government through Contractor Performance Assessment Reporting System (CPARS), will also be evaluated. Other credible, documented information on past performance should be considered, except for adverse performance information to which the firm has not had an opportunity to respond. Criteria E - Knowledge of the locality of the project areas within the States of Arizona (AZ), California (CA), Colorado (CO), Idaho (ID), Illinois (IL), Iowa (IA), Minnesota (MN), Montana (MT), Nebraska (NE), Nevada (NV), New Mexico (NM), North Dakota (ND), Oregon (OR), South Dakota (SD), Utah (UT), Washington (WA), Wisconsin (WI), and Wyoming (WY). All contract work is to be performed within the States listed. In SF330 Part I, Section H, describe and demonstrate the team's familiarity with design requirements applicable to these locations. Submit information addressing specific knowledge of hydrology, soil conditions, seismic conditions, weather conditions, and knowledge of State and local building codes and practices. Describe the extent of your familiarity with the defined local area construction industry expertise and its standard practices. List construction contractors with references from within the specified region for whom you have been contracted for Type C/construction administration services by a third party. Criteria F - Secondary Criteria THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS A TIEBREAKER, IF NECESSARY: The firm shall provide all data for these secondary criteria on Part I, Section H, of the SF330. 1. Volume of Past DOD Contracts awarded to the firm during the previous 12 months: Offerors shall provide the volume of work awarded by DOD agencies during the previous 12 months. The volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and design fee dollar amount. Work previously awarded to the firm by DOD will be reviewed to effect an equitable distribution of contracts among equally qualified firms. Data from the Federal Procurement Data System (FPDS) may be also utilized by the Government. 2. Superior Performance Evaluations on recently completed DoD contracts. Performance with ratings of exceptional will be considered as Superior Performance Evaluations. 3. The extent to which potential contractors identify and commit to small business and to small disadvantaged business (SDB) where the NAICS Industry Subsector of the subcontracted effort is one in which use of an evaluation factor or subfactor for participation of SDB concerns is authorized (see FAR 19.201(b)), and to historically black college or university and minority institution performance as subcontractors. The extent of commitment shall comply with the requirements of FAR 52.219-8. Offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. 4. Geographic Proximity within the locations for Horizontal Region 03: Firms based in or having branch offices in the states of Arizona (AZ), California (CA), Colorado (CO), Idaho (ID), Illinois (IL), Iowa (IA), Minnesota (MN), Montana (MT), Nebraska (NE), Nevada (NV), New Mexico (NM), North Dakota (ND), Oregon (OR), South Dakota (SD), Utah (UT), Washington (WA), Wisconsin (WI), and Wyoming (WY) with core disciplines (full-service) including civil, geotechnical, electrical, environmental, and structural engineers, and surveyors working in the same office or within a proximity of fewer than 50 miles from the states within this region will be considered as meeting the requirement for geographical proximity. CRITERIA RATINGS: Technical criteria described above (A, B, C, E, and F) will be assigned one of the following adjectival ratings: BLUE (Outstanding) SF330 Proposal meets requirements and indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and the risk of unsuccessful performance is low PURPLE (Good) SF330 Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and the risk of unsuccessful performance is low to moderate. GREEN (Acceptable) SF330 Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and the risk of unsuccessful performance is no worse than moderate. YELLOW (Marginal) SF330 Proposal has not demonstrated an adequate approach and understanding of the requirements and/or risk of unsuccessful performance is high. RED (Unacceptable) SF330 Proposal does not meet the requirements of the synopsis advertised on Contracting Opportunities, and thus contains one or more unacceptable deficiencies, and/or risk of unsuccessful performance. The proposal is non-awardable. The following adjectival relevance and performance confidence ratings will be used to evaluate the Past Performance criteria (D): Relevance Ratings Very Relevant - Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant - Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant - Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant - Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Performance Confidence Ratings Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will be able to successfully perform the required effort. No Confidence - Based on the offeror's recent/relevant performance record, the Government does not expect that the offeror will be able to successfully perform the required effort. ENFORCEABILITY OF PROPOSAL: The proposal must set forth full, accurate, and complete information as required by this announcement. By submission of the offer, the Offeror agrees that all items proposed (if applicable e.g., key personnel, subcontractors, etc.) will be utilized for the duration of the contract and any substitutions shall require prior Contracting Officer's approval. The award decision for this contract will be based, in part, on an evaluation of the key personnel and/or subcontractors the Contractor included in its proposal for the positions and/or items of subcontracted work identified in the proposal. The Contractor agrees these key personnel and/or subcontractors will be employed as described in its proposal and no substitutes will be employed without the prior written approval of the Contracting Officer or Administrative Contracting Officer. The Contractor further agrees that any proposed substitutes shall meet or exceed the qualifications of the original personnel and/or subcontractors. If the Contractor's proposal did not name a subcontractor for an identified item of work, the Contractor will not be allowed to subcontract that item of work without prior approval of the Contracting Officer or Administrative Contracting Officer. ADDITIONAL REQUIREMENTS: Indicate in Section C.11 if the prime has worked with the team members in the past six (6) years. In Block G-26, along with the name, include the firm with which the person is associated. Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. A firm will not be considered if it's SF330 Part I is not signed, unless the SF330 Part I is accompanied by a signed cover letter or a current (within 3 years) signed SF330 Part II. If a firm does not submit an SF330 Part II with its SF330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). This is not a request for a price proposal. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. As required by acquisition regulations, interviews to discuss prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews may be in-person and will be scheduled after the final selection board has determined the most highly qualified firms. Because we do not know the number of offers that will need to be reviewed, the timeframe for scheduling is uncertain but is anticipated to be at least 45 days from the close of the submittal package due date. Small Business Firms submitting a proposal under the Small Business category are required to meet the requirements of 52.219-14, Limitations on Subcontracting (Deviation 2020-O0008) (e) (1), which states "By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a NAICS code for, (1) Services (except construction), it 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 toward the prime contractor's 50 percent subcontract amount that cannot be exceeded." All Small Business Firms submitting a proposal under the Small Business category shall provide evidence of meeting this requirement in SF330 Section H. For all subcontractors, please provide name, CAGE Code, work to be performed by the subcontractor, small business category, and percentage of work to be subcontracted. AMENDMENTS: Any change made will be in the form of an amendment to the notice, and will be furnished to all prospective offerors via posting to https://beta.SAM.gov. Amendments will be posted in the form of a pdf document which will show edits in the form of tracked changes. Additions will be underlined and deletions will be strikethrough. ACKNOWLEDGEMENT OF AMENDMENTS: Offerors MUST acknowledge all amendments issued to this notice in order to be considered. Acknowledgement of ALL amendments can be provided in a cover letter when submitting the proposal. RESPONSES TO QUESTIONS: Answers that clarify or provide an interpretation to the notice will not be posted via amendment but rather as a response to the question on beta.SAM. Responses to questions will be posted as attachments to the notice. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit an electronic copy of their SF330 (Architect-Engineer Qualifications) in Adobe format to the Contracting Officer, Karla M. Garcia, Karla.M.GarciaMarrero.civ@mail.mil and Contract Specialist, Lisa M. Burns, lisa.m.burns40.mil@mail.mil via Secure File Exchange. Secure File Exchange (SAFE): The offeror must submit their SF330 through an electronic means. Offerors can submit all proposal documents via the Department of Defense (DOD) Secure Access File Exchange (SAFE) website located at https://safe.apps.mil. To submit documents, offerors must request a "Drop-Off Code" from the Contract Specialist, Lisa M. Burns, lisa.m.burns40.mil@mail.mil. In order to request a code, offeror's should email Lisa M. Burns, lisa.m.burns40.mil@mail.mil AND Contracting Officer, Karla M. Garcia, Karla.M.GarciaMarrero.civ@mail.mil and state in the email that you are requesting a drop off code to submit a proposal for solicitation (W9133L-21-R-6012, Horizontal Region 03). Codes are valid for 14 days from the date of receipt, therefore offerors are advised to request their code well before the offer due date. The National Guard Bureau will not be responsible for late proposals caused by offerors waiting until the last minute to request a drop off code. Offerors are encouraged to visit and familiarize themselves with DOD SAFE website to avoid technical difficulties submitting proposal documents before the due date/time. The email notification must arrive from the offeror on or before the date/time established in the solicitation. DOD SAFE Instructions after receiving drop off code: Offeror will receive a link from DOD SAFE via email. Click on the link to enter the site. Files MUST be received by 3:00 pm Eastern Time on 03 May 2021. Technical issues are not an excuse for a late submission. In the "To:" box, delete the email for lisa.m.burns40.mil@mail.mil by clicking on the red minus circle. Add emails by clicking on the green plus button. An "Add Recipients" box will pop up. Change the Name to Lisa M. Burns and the email to lisa.m.burns40.mil@mail.mil and click "Add". Add Name Karla M. Garcia and the email Karla.M.GarciaMarrero.civ@mail.mil and click "Add and Close". Click on the blue button, "Click to Add Files or Drag Here", to upload all the files. Once complete with adding files click on the "Drop-off Files" button. A pop up box will be displayed. Read the information and click OK. The site will upload your files. Because of the size and amount of files, it may take some time. Once files have been uploaded the page will display, "Drop-Off Completed." It also takes some time for the email notification to be sent. Allow time for this evolution as well. To verify your proposal has been delivered, you may e-mail Contracting Officer, Karla M. Garcia, Karla.M.GarciaMarrero.civ@mail.mil and Contract Specialist, Lisa M. Burns, lisa.m.burns40.mil@mail.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/portal/public/SAM. SF330, in Adobe format and the most current edition (https://www.gsa.gov/forms-library/architect-engineer-qualifications), must be used, and may be obtained from the Government Printing Office or the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number in Block 5 of the SF330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-888-253-1546 or via the Internet at http://www.dnb.com/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11-inches by 17-inches. If an 11-inch by 17-inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF330 will not count in the page-count maximum for PART I. Sequentially number all pages of the final bound product submitted. Solicitation packages shall not be provided. SF330s must be received no later than 3:00 PM Eastern Time on 03 May 2021. The regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules for receipt of the SF330s IAW FAR 15.208 will be followed for packages received after Time on the closing date specified in this announcement. QUESTIONS: All questions shall be in writing as outlined below. Phone calls and personal visits to discuss this solicitation with the National Guard Bureau contracting/project management and or engineering personnel are not allowed. SUBMIT QUESTIONS ONLY TO: Contract Specialist-Primary POC, Lisa M. Burns, lisa.m.burns40.mil@mail.mil and Contracting Officer-Secondary POC, Karla M. Garcia, Karla.M.GarciaMarrero.civ@mail.mil No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to https://beta.sam.gov/. Contractors are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. NOTE: All questions are to be submitted no later than 5 business days prior to the due date for proposals. NOTE: As of 24 May 2021, beta.SAM will be integrated with SAM.gov. The term "beta" will be retired and be renamed to SAM.gov and SAM.gov users will see a home page that enables them to perform tasks currently found at beta.SAM.gov such as searching for contract opportunities, finding wage determinations, and more, as well as the things they can do at SAM.gov today - all under a single sign-on. The method of contractor selection has not been determined at this time.

Design

Military

$60,000,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

5 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
88
Active Projects
40
Bidding Soon
965
All Active Projects
416
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Unlock Winning Bids!

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

January 29, 2024

img_map_placeholder

Multiple Locations, Young, AZ

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.