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 Kansas City, Kansas. Contact the soliciting agency for additional information.

INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE NATIONAL GUARD BUREAU IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD VERTICAL CONSTRUCTION PROGRAMS THROUGHOUT THE REGION 07 CONTRACT INFORMATION: The National Guard Bureau is soliciting for Non-Personal Architect-Engineer (A-E) Services per 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 four (4) Indefinite Delivery Indefinite Quantity IDIQ A-E contract awards with two (2) 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 Vertical A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Region 07, which includes: Kansas (KS), Louisiana (LA), Nebraska (NE), Oklahoma (OK) and Texas (TX). . The total capacity of the four contracts is $25M. This capacity will be shared among all firms. The Government may award more than two (2) firms 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 Vertical Requirements: Complex work is defined as projects that involve multiple concurrent disciplines or considers unique design solutions considering size and scope as determine by the Government. Examples: SCIF, Hangars, Major Building Renovations. Non-complex work is defined as work that involves limited disciplines or design solutions that are not considered unique. Examples: Administrative facilities and maintenance facilities (non-Hangars). 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 months with a total contract ceiling of $25M for the entire program. The total contract period shall not exceed five (5) calendar years and an option to extend four (4) additional months. Task orders will be primarily for projects with a construction value typically between $50K and $6M, 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 $2M or (2) any order for a combination of items over $5M. 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 SB 3% and Service Disabled Veteran Owned SB 3%. The Subcontracting Plan will be based on subcontracting dollars. 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 is NOT required with the SF 330 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 RFPPs 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: A-E services shall include, but not be limited to performance of the planning, master 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 Vertical Construction 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 national design submissions; F) technical, economic, planning, environmental, 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; I) commissioning services; J) comprehensive interior design. Services may include but are not limited to, a wide variety of professional services in support of projects for administrative, industrial, and support facilities to meet the needs of the National Guard Bureau. Various projects may include services associated with National Guard Bureau installations/facilities, such as aircraft hangars, corrosion control facilities, aircraft maintenance facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, supply facilities, civil engineering facilities, dormitory buildings, training site facilities, readiness centers (armory), fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, mobility and aerial port facilities, dining facilities, medical training facilities, secondary roadways, site utilities, and other support facilities. Additionally, task orders may be issued for support services that require A-E Services as defined in FAR 2.101. 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 SAM.gov (See Note 2). 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, Thomas R Guyer at thomas.r.guyer.civ@army.mil and Contract Specialist, Donald J. Crabtree donald.crabtree.3@us.af.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, Donald J. Crabtree donald.crabtree.3@us.af.mil. In order to request a code, offeror's should email donald.crabtree.3@us.af.mil AND Contracting Officer, Thomas R Guyer at thomas.r.guyer.civ@army.mil and state in the email that you are requesting a drop off code to submit a proposal for solicitation (W9133L-21-R-6007, Vertical Region 07). 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 14 September 2021.Technical issues are not an excuse for a late submission. In the "To:" box, delete the email for donald.crabtree.3@us.af.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 Donald J. Crabtree and the email to donald.crabtree.3@us.af.mil and click "Add". Add Name Thomas Guyer and the email thomas.r.guyer.civ@army.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 Contract Specialist, Donald J. Crabtree donald.crabtree.3@us.af.mil and Contracting Officer, Thomas R Guyer at thomas.r.guyer.civ@army.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://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 14 September 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, Donald J. Crabtree donald.crabtree.3@us.af.mil Contracting Officer-Secondary POC, Thomas R Guyer at thomas.r.guyer.civ@army.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://SAM.gov/. Contractors are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. NOTE 1: All questions are to be submitted no later than 5 business days prior to the due date for proposals As of April 8, 2022, the issuance of short-listed firms has not been released. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed.

Conceptual

Military

$10,000,000.00

Public - Federal

LEED Certification, 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

4 Record(s)

Subscribe for All Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
176
Active Projects
119
Bidding Soon
1,305
All Active Projects
526
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

Starting 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.

Sign-up for Instant Access.

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.

April 7, 2023

April 7, 2027

img_map_placeholder

Multiple Locations, Kansas City, KS

Related To This Project


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.