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 Albuquerque, New Mexico. Contact the soliciting agency for additional information.

I. CONTRACT INFORMATION: The New Mexico Air National Guard plans to award one (1) Architect-Engineer (A-E) for A-E services to provide multidisciplinary professional design services to completely design documents on the repair/upgrade of facility B1061 and 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. This contract is being procured in accordance with 40 U.S.C. Chapter 11, Selection of Architect and Engineers, as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The project is scheduled for construction in FY25 with a maximum construction cost of $5,132,000. The anticipated North American Industrial Classification System (NAICS) Code is 541330 "Engineering Services" with a size standard of $25.5M. The proposed PSC code is C219 for architect and engineering general services. Interested firms must be registered in SAM and meet responsibility requirements. Payment will be made electronically through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006. This proposed contract is being solicited on a SMALL BUSINESS SET ASIDE basis only (FAR 19.5). The Government seeks the most highly qualified firms for this contract to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria as specified in this notice. The Architect-Engineer (A-E) company considered most highly qualified will be selected for negotiation of labor rates based on selection criteria identified in this notice. Prior to award, the Government will negotiate the labor rates to be included in the contract. Contract award will be subject to satisfactory negotiation and awarded on a firm-fixed price basis. 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. This notice does not commit the U.S. Government to contract for any construction or design service. 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. Proposal/Capability/submittals are due no later than by 12:00 (Noon MDT) on 23 August 2024. In response to this solicitation notice, submit your solicitation/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 Solicitation Notice for the Architect and Engineering (A-E) Design 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 need to be submitted NLT 19 August 2024 at 4:00 PM (MDT). Email your firms consolidated questions to person(s) identified in this notice. An attachment with consolidated questions and government responses will be included in this notice and updated regularly to help prevent duplicate questions being received. Interested firms shall respond with the following documents, below, by email to the individual(s) identified in this notice: 1. SF 330 Parts I and II 2. 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. 3. 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" 4. 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 service they will be performing, if available. 5. 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. II. PROJECT INFORMATION: The scope of this requirement will encompass architectural and engineering services required to provide complete, detailed design and support for engineering services as stated in the Statement of Work (attached). The A/E shall furnish the required personnel, management, facilities, supplies, equipment, instruments, transportation, and materials (other than those furnished by the Government as provided herein). The A-E shall provide other items and services as necessary to accomplish the required services, provide the Government reports, and supporting material developed during the period of performance. During execution of the service, the A-E shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and timely progress of the service. The A-E may be asked to advise on budgetary matters and provide valued engineering alternatives. III. SELECTION CRITERIA: 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 technical qualifications necessary for the performance of the required A-E services. The technical factors are listed below in descending order of importance: A. 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. B. Professional qualifications necessary for satisfactory performance of required services. C. Past performance on contracts with similar projects in terms of cost control, quality of work, and compliance with performance schedules. D. Capacity to Accomplish the Work E. Knowledge of the locality of the project. Criteria (A) through (C) are primary factors. Criterion (D) through (E) are secondary factors that will carry less weight than primary factors (A) through (C). Selection will incorporate a color-coded rating system. The table below includes the description of the color rating for the criteria evaluated: COLOR MEANING DEFINITION BLUE Outstanding SF330 Proposal meets requirements and indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and 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 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 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 requirements of the solicitation/RFQI that was provided to the firms, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is un-awardable. A. Specialized Experience and Technical Competence (SF330, Part I, Section F): Firms shall select 3 projects for submission that demonstrate their Specialized Experience and Technical Competence. All submitted projects must have been completed within the past 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. Number of Project Review Comments for each stage of submission. List of Key Personnel involved in the project. 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 Specialized experience and technical competence will be evaluated based upon the project examples listed in Section F of the SF 330 with no more than 3 projects listed. The projects shall demonstrate the firm's specialized experience and technical competence with all the areas listed above. All projects provided in the SF330 must be completed by the actual office, branch office, regional office, or individual team member proposed to manage and perform the service under this contract. Projects performed by subcontractors may be submitted to demonstrate applicable experience and competence, provided that the nature and extent of all contractor team arrangements are identified and disclosed. Projects in which the firm's primary work (e.g., planning, full design as the A-E for a procurement or the Designer of Record (DOR) on a similar contract, or development of the request for proposal (RFP) for a similar procurement) was completed recently (within the last 5 years of the posting date) will be given greater consideration and those projects in which the firm's primary work has not yet been completed will be given less consideration. Completed in this case means the design is 100% complete and has been accepted by the customer and/or is Ready to Advertise (RTA) for construction. B. Professional Qualifications (SF330, Part I, Section E & G): Provide resumes for all proposed key personnel that illustrate the work proposed under this contract. Resumes are limited to one page each and should indicate: professional registration, certification, licensure and/or accreditation in a particular discipline; cite recent (within past five (5) years) project-specific experience in work relevant to the services required under this requirement and indicate the proposed role in this contract. All key personnel shall be able to perform Architect-Engineer (A-E) services in New Mexico. Resumes are required for the following key personnel. Resumes should clearly indicate which role listed below is being filled by each individual in Block E, Box 13 of the SF330. Unless otherwise indicated more specifically below, the terms "licensed" or "registered" shall designate that the individual proposed has fulfilled education and experience requirements and passed applicable examinations applicable to the discipline in question that, under laws of registration or licensure for any jurisdiction, permits them to offer architectural or engineering services directly to the public. See additional requirements for certain disciplines below. Personnel resumes provided shall be those individuals expected to be utilized to a significant extent under the contract. Architect, RA Civil Engineering, PE Civil Communications Designer, PE Electrical and Computer, RCDD Electrical Engineering, PE Electrical and Computer Geotechnical Engineering, PE Interior Designer, NCIDQ Land Surveyor, PLS Mechanical Engineering, PE Mechanical Project Manager, PE Qualified Fire Protection Engineer, PE Fire Protection Quality Assurance Management, PE Structural Engineering, PE Structural The evaluation will consider education, training, registration, certifications, longevity with the firm, and relevant experience of specified personnel performing the role for which they are proposed to be used on the contract. Resumes must be provided for each of the key personnel, including subcontractors' professional staff if applicable, listed above. Professional qualifications of proposed subcontractors or its professional staff may be submitted to demonstrate applicable qualifications provided that the nature and extent of all contractor team arrangements and all applicable written letters of commitments of the subcontractor are identified and disclosed. C. Past Performance (SF330, Part I, Section H): The firm shall demonstrate a good record of past performance on contracts with respect to quality of work, management, cost control, compliance with performance schedules, customer satisfaction, and ability to manage subcontractors. Assessment against this criterion will be determined primarily by evaluating ratings performed in Contractor Performance Assessment Reporting System (CPARS), the Government-wide evaluation reporting tool for all past performance reports on contracts, or via those provided in Past Performance Questionnaires (PPQs). In reviewing past performance information, the evaluation board will consider the relevancy of the past performed work in addition to how well the firm performed. Positive references from customers and other verifiable information as to exemplary performance may also be considered as provided in Part I, Section H of the SF330. With their SF330, the firm shall provide the CPARS report or PPQ for each project identified in Section F of the SF330. NOTE: The most recent CPARS report is to be provided for any federal contract unless a specific explanation is provided as to unavailability of a CPARS rating; do not submit a PPQ when a completed CPARS is available. If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the PPQ, send it to the customers as applicable, request that they complete Part II of the PPQ and return to the firm and submit it with the SF330 submission by email (No sealed envelope is Required. The firm shall provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation board may seek and consider past performance information from other sources but is not required if none is available from CPARS or if no PPQ is provided. If little to no relevant past performance data (CPARS reports, PPQs, or information in Section H) is available for relevant projects, the firm may be given a neutral evaluation regarding past performance. CPARS reports or PPQs shall be placed at the end of Part I of the SF330 (they will not be counted towards the page count). D. Capacity to Accomplish the Work (SF330, Part I, Section H): Show your firm's capacity to complete Architect-Engineer (A-E) services projects of similar scale for the past 3 years. Only provide projects that have been 100% completed. E. Knowledge of Locality (SF330, Part I, Section H): Proximity in miles of the principal design office to Kirtland AFB, NM, and key personnel subcontractors. Firms must provide a narrative demonstrating knowledge of the New Mexico Region. The Method of Contractor Selection has not been determined at this Time

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

11

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
31
Active Projects
18
Bidding Soon
330
All Active Projects
137
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 projects. Build 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.

February 24, 2025

img_map_placeholder

2251 Air Guard Dr SE, Albuquerque, NM


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.