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 Cape Canaveral, Florida. Contact the soliciting agency for additional information.

Amendment 04: To document that the Procurement Integrated Enterprise Environment (PIEE) link has been updated to reflect the current due date of 11 am (EST) 24 August 2023 for submission of Qualifications. (The Public Posting Link for PIEE is: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtmlsolNo=FA252123SPACE. Amendment 01: To incorporate an Attachment 5: Answers to Questions received on 26 July 2023 and correction to date of hard copy of RFQ due at 11:00 am on the 17th of August 2023. Amendment 02: a. To incorporate an Attachment 6: Answers to Questions received between 27 July 2023 and 1 August 2023. b. To change the Request for Qualifications, and Past Performance Qualifications due date from 11 am (EST) 17 August 2023 to11 am (EST) 24 August 2023. Hard Copy RFQ packages due date is changed from between 10:30 to 11 am (EST) 17 August 2023 to between 10:30 am to 11 am (EST) 24 August 2023. Amendment 03: a. To incorporate an Attachment 7: Answers to the remaining Questions received between 27 July 2023 and 1 August 2023. b. To incorporate Attachment 1A_SPACE SOW Amendment dated 08_10_2023. Notice Type: Request For Qualifications (RFQ) for the SpacePort Architect Civil Engineering, (SPACE) Synopsis: This SPACE RFQ on the capabilities and experience related to efforts necessary to manage and execute A-E services for the Government at Patrick Space Force Base, (PSFB), Cape Canaveral Space Force Station, (CCSFS) and other Space Launch Delta, (SLD) SLD 45 assets. The Government intends to award one Firm Fixed Price indefinite delivery/indefinite quantity (IDIQ) contract to the most highly qualified A-E firm. Notices to Offerors: This RFQ is a request for qualification and not to be confused with a request for proposal (RFP). This RFQ is strictly used by the Government in determining the most highly qualified firm for award. The competition is restricted to certified 8(a) firms. All other firms will be determined ineligible. Introduction and Overview of Requirement The applicable North American Industrial Classification System (NAICS) code and size standard for this acquisition is Exception 1 of 541330, $47M. The most highly qualified firm for this contract will be selected in accordance with Selection of Architects and Engineers Statute and Federal Acquisition Regulation (FAR) Subpart 36.6. Selection of A-E firms shall not be based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the successful performance of the required services. Submissions of completed Standard Form 330, (SF 330) received in response to this notice will be evaluated by the government in accordance with Selection of Architects and Engineers Statute and FAR Subpart 36.6 to determine the most highly qualified firms. All contractors MUST be registered in the System for Award Management (SAM) database. Contractors can obtain further information on the SAM registration at web site http://sam.gov. The contract will consist of a 5 year ordering period. In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The maximum contract ceiling is $49.91M. The minimum guarantee for the entire contract is $10,000. Task orders will be executed on an as-needed basis. The estimated award date is 1 Dec 2023. The purpose of this acquisition is to provide the Space Launch Delta 45 (SLD 45) with time critical planning, project management, engineering programming, engineering studies, engineering design development and review, environmental compliance support, testing, inspection, cost control, scheduling, cost estimating, life-cycle cost analysis, economic analysis, energy management and business plan development and analysis, and limited design/build construction services. These services shall support a continuous need to maintain, repair, modify, and construct critical launch facilities, launch support facilities, utilities, and ground systems to meet both continuing and changing mission needs. A-E services for civil, electrical, mechanical, structural, architectural, roof and envelope design, urban and regional planning, landscape architecture, interior design and space planning, fire detection and protection, lightning protection, physical security features and systems, acoustics, electromagnetic and radio frequency interference shielding, welding, power production, lighting, control systems, safety, environmental protection, corrosion control, water treatment, specification preparation, drafting, document control, condition assessments, construction management, and construction surveillance. Other professional services for comprehensive planning, programming, estimating, studies, surveying, testing, mapping reproduction, electronic document posting, and geo-technical investigations may be required. Projects will vary in type, scope, and complexity. Projects will require the use of various and multiple facility design disciplines and related technical services. FAR 36.209. Design/Build Services capabilities will be exercised only for the use of urgent launch related infrastructure repairs necessary to restore launch related operations after a launch mishap, natural disaster, and/or other emergency events. Services may be provided to all other SLD 45 assets; however, the primary location of work will occur at CCSFS and PSFB. Evaluation and Selection Criteria Evaluation and Selection will be made to the most highly qualified firm based upon evaluation of the selection criteria factors stated below with respect to the Statement of Work (SOW). Each A-E firm must demonstrate their qualifications with respect to the Evaluation and Selection criteria. Factor 1 is the most important factor. Factor 2 is less important than factor 1 but is of greater importance than factors 3, 4, 5, 6, 7, and 8. Factors 3, 4 and 5 are of equal importance with each other but each are less important than factors 1 and 2. Factors 6, and 7 are of equal importance with each other. are less important than factors 1, 2, 3, 4, and 5. but are of greater importance than factor 8. Factor 8 is the least important of all factors. Selection Criteria Factors: Professional Qualifications: (40 Points) Firms will be evaluated on professional qualifications, technical competence, and experience of individual design team members regarding design, repair, renovation, alteration, and new construction projects. Key functions and qualification requirements are listed within the SOW. Knowledge and application of sustainable design and development principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design is required. Knowledge of Department of Defense (DoD) design criteria will be through recent design experience. Knowledge of U.S. Air Force design criteria will be evaluated more favorably. The lead designer in each discipline must be registered in accordance with FAR Clause 52.236-25. Inspection Services: (35 Points) Demonstrate ability to provide on-site surveillance and inspection of construction projects to ensure the construction meets the design requirements, schedules, cost, and quality. Construction inspectors shall have experience with various systems to include electrical, mechanical, structural, public works, building envelopes and interior construction. 2.11.3.1 Surveillance and Inspection; 2.11.3.2 Construction Management; 2.11.3.3 Compliance; 2.11.3.4 Construction Project Folders; 2.11.3.5 Changes to Plans/RFI; 2.11.3.6 Outage Coordination; 2.11.3.7 Problems Identification Specialized Experience: (25 Points) Firms will be evaluated on their demonstrated specialized recent experience and technical competence for services anticipated under this contract. Recent multi-discipline experience of the proposed design team including consultants performing A-E services on military, industrial, and commercial facilities. Projects performed as a consultant/sub-contractor should indicate the value of the work performed and specific roles and responsibilities. The services shall be performed on a variety of facility types including launch complexes and support facilities, spacecraft payload processing and support facilities, associated critical space-lift support facilities, administrative facilities, launch related infrastructure, related industrial, and commercial space facilities. Past Performance: (25 Points) Firms will be evaluated based on the recent past performance on contracts with DoD and private industry with respect to cost control, quality of work, compliance with performance schedules, and customer satisfaction. Recent past performance and other DOD components on U.S. Air Force contracts and other DoD contracts is preferred to private industry. Incorporation and use of design Quality Control/Quality Assurance processes to assure fully coordinated, technically accurate plans, specifications, cost estimates and ensuring quality services from their consultants/subcontractors. Capacity: (25 Points) Firms will be evaluated on capacity to plan, manage, and accomplish the work under the contract as well as the capacity to accomplish the work in the required period of performance. They shall demonstrate adequate staffing ability to meet the estimated workload. Evaluation of availability for key personnel to perform A-E Services on-site will be evaluated more favorably. Ability to accomplish multiple projects simultaneously. Ability to sustain the loss of key personnel while maintaining and accomplishing contract requirements. Design/Build Construction Management: (10 Points) Firms will be evaluated on their ability to effectively manage design/build construction contractors to complete projects with contractual requirements within cost and schedule restraints. Demonstrate ability to provide oversight responsibilities to ensure quality is being met. A waiver for FAR 36.209 has been approved. Location: (10 Points) Firms will be evaluated on the location of the office(s) that will perform the work under this contract and demonstrate knowledge of the primary geographic areas in which projects could be located. Knowledge of the local permitting processes and the ability to obtain required permits in the general geographical area. Demonstration of projects within the primary geographic areas is preferred. Volume of work: (5 Points) Firms will be evaluated on the volume of work previously awarded to the firm by DoD within the past 12 months with the objective of effecting an equitable distribution of contracts among qualified A-E firms. Total Points 175. In accordance with FAR 36.602-3(c), the evaluation board may hold discussions with the most highly qualified firms. Submission Instructions: A-E firms which meet the requirements described in this announcement are required to submit qualifications electronically as well as one (1) hard copy. Submit electronically using the PIEE Solicitation Module (https://piee.eb.mil). (Further information on the PIEE Solicitation Module can be found at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index. xhtml.). All submissions both electronic and hard copy Qualifications must be received no later than 24 Aug 2023 at 11:00 am (EST). The maximum file size that can be uploaded into the PIEE Solicitation module is 1.9 GB. The Public Posting Link for PIEE is: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtmlsolNo=FA252123SPACE. Offerors submitting Qualifications via the PIEE Solicitation Module should follow up via email to confirm receipt. One (1) Hard Copy of Qualifications is also REQUIRED to be submitted by 24 Aug 2023 @ 11:00 am (EST). The hard copy submission of the firms Qualifications shall be delivered to the Badging Office at the Main Gate on Patrick Space Force Base (PSFB) off of State Road "A-1-A", Building 577, PSFB, FL. 32925. 45CONS personnel will be present at the Badging Office from 1030-1100AM. Offerors are responsible for confirming the Government received their respective qualification submission prior to the qualification due date. NOTE: Qualification receipt after the due date and time shall be deemed late. Submission shall include completed Standard Form (SF) 330, "Architect-Engineer Qualifications" Parts I and II. Limit the submission package to 100 pages. Special Instructions for SF 330 and Past Performance Questionnaire include: SF 330 Part I Section C Block 9, Firm Name, please include Unique Entity ID (UEI#) and Commercial and Government Entity (CAGE) Code for Prime and Subcontractor(s) following the name of the firm; Part I Section E Block 19, Relevant Projects, shall not be more than five (5) years old from date of this posting; and Part I Section H Block 30, Additional Information, please include a narrative summary of qualifications addressing all of the evaluation selection criteria to include Past Performance. All information relating to the firms' qualifications must be contained in the standard forms. Inclusion by reference to other material is not acceptable. Past Performance Questionnaire should be submitted by respondents to the contracting office via email to: patricia.bates@spaceforce.mil, and eugenia.faulkner_russell@spaceforce.mil. Any questions concerning these requirements must be submitted no later than DATE: 1 August 2023 @ 11:00 am (EST). Firms responding to this announcement with required submittals by the response date 24 August 2023 @ 11:00 am (EST). Past Performance Questionnaire from respondents will be submitted via email as stated in this RFQ. Any questions regarding this announcement shall be submitted in writing via email to the Contracting Officers, Patricia A. Bates at patricia.bates@spaceforce.mil and Contracting Officer, Eugenia Faulkner Russell at eugenia.faulkner_russell@spaceforce.mil. Potential Offerors are responsible for monitoring this site for changes to the RFQ. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).

Final Planning

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 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
233
Active Projects
108
Bidding Soon
1,659
All Active Projects
673
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.

Find better bids. Win.

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.

October 13, 2023

img_map_placeholder

Multiple Locations, Cape Canaveral, FL

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.