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 Rome, New York. Contact the soliciting agency for additional information.

This is a Notice of Intent for an Architect/Engineer (A/E) firm for design of mechanical, electrical, and plumbing projects and supporting services at or designated by the Air Force Research Laboratory (AFRL), Rome NY, including subordinate field and other supporting sites. AFRL/RRS is an Information Directorate site, denoting the site conducts technological research and development; wet laboratories are NOT part of the AFRL RRS facility. The Information Directorate is the Air Force's and nation's premier research organization for Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies. The directorate explores, prototypes, and demonstrates high-impact, affordable, and game-changing technologies. To support the science, engineering, and research mission, AE firms will be required to produce designs for, including but not limited to, server rooms with greater than typical cooling capabilities, anechoic chambers, sensitive compartmented information facilities, and free-standing radio and radar towers. The buildings AFRL RRS occupies are legacy, remaining from the former Griffiss AFB, built over the course of decades. Consequently, electrical, mechanical, structural, and infrastructure may be aged. Firms will be expected to introduce and meld modern with antiquated. Services may include but are not limited to engineering studies; preparation of plans, specifications, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, remodeling, alteration, repair, and maintenance type projects. Title II Construction Services may also be required to cover a full range of construction inspection and project surveillance services. Various types of A/E Services such as investigation, inspection, studies, reports, and cost estimates may also be required as relates to project design. Projects could include various combinations of disciplines. However, it is the intent of this notice to choose one firm as prime contractor to focus on related projects requiring staff and personnel schooled in, and New York State certified and/or licensed in, Mechanical/Electrical/Plumbing disciplines. See ATTACHMENT 1 Statement of Work (SOW) for further information. The Government intends to issue a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five-year ordering period. The selected firm must negotiate hourly rates for anticipated disciplines, reproduction, overhead, and other elements. Projects will be issued to the contractor by task orders. The minimum amount to be issued under the contract will be the value of the first task order. The maximum ordering amount is $2,000,000 over the five-year ordering period. This notice is being issued on a Total Small Business set-aside basis. For information, the NAICS code relevant to this procurement is 541330 with a small business size standard of $25,500,000 average annual revenue. In accordance with FAR 52.219-14, Limitations on Subcontracting (Feb 2023) (DEVIATION 2021-O0008, Revision 1), by submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract 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, 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. Other direct costs are excluded from the 50 percent limitation to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. A joint venture agrees that, in the performance of the contract, the applicable percentage specified above will be performed by the aggregate of the joint venture participants. EVALUATION AND SELECTION CRITERIA Potential sources must provide a complete, written SF330, Parts I and II. A SF330 is attached to this solicitation (ATTACHMENT 2) and also can be accessed online in the Forms Library at http://www.gsa.gov. Offerors must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM.gov) database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Basis of Award: Submissions of completed Standard Form 330 (SF 330) received in response to the Notice of Intent will be evaluated by a Government board in accordance with the Selection of Architects and Engineers Statute and Federal Acquisition Regulation (FAR) Part 36.6 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Selection of the A/E firms for these contracts will be based on the evaluation factors listed below. It is anticipated that a single selection board will be assembled to conduct evaluation of responses. However, the Government has the right to conduct a pre-selection board, a two-part selection. If the government exercises its right to conduct pre-selection evaluations, the evaluation process will be composed of two evaluation events, a first conducted by a Pre-Selection Board, and a second by a Final Selection Board. The process for each of the two evaluation alternatives is outlined below. SINGLE SELECTION OPTION The Selection Board will use the factors from Evaluation Parameters 1 through 6 listed below to score all responses received based on the recommended evaluation parameters (ATTACHMENT 3). Not all evaluation factors are of equal weight, with variations from 10 to 50 points. The highest available score from the Selection Board is 190. Upon completion of the ratings, an average score is calculated (decimals will be rounded to the nearest point unless .5). The Selection Board then will invite the three highest scoring firms for an interview and will assign points to each firm in accordance with evaluation parameter 7, interview. Points earned during the interview are added to the firm's Evaluation Parameters 1 through 6 score. The result is a total evaluated score. The firms are ranked in order by total evaluated score to determine the order of recommendation to the Selection Authority. TWO-PART SELECTION OPTION The Pre-Selection Board will use the factors from Criteria 1 through 6 to score responses received based on the recommended evaluation parameters (ATTACHMENT 3). The highest available score from the Pre-Selection Board is 140. An average score for each firm is calculated (decimals will be rounded to the nearest point unless .5). The Pre-Selection Board will recommend to the Final Selection Board the three highest scoring firms. The Final Selection Board will use the factors from Evaluation Parameters 1 through 6 listed below to score the SF 330 submission from the three firms recommended by the Pre-Selection Board. Each evaluator will read the respective packages and rate the firms based on the recommended evaluation parameters (ATTACHMENT 3). The Final Selection Board will then further evaluate each firm based on interview/discussion Evaluation Parameters 7 listed below (worth 50 points). Average scores (decimals will be rounded to the nearest point unless .5) will be calculated to align with the score totals listed in the solicitation. The highest available score from the Final Selection Board is 190. The average Final Selection Board scores will be added to the average Pre-Selection Board scores to arrive at a total evaluated score. The firms are ranked in order by total evaluated score to determine the order of recommendation to the Selection Authority. The overall highest available score for selection is 330. The Selection Boards will use the factors listed below to score responses received based on the recommended evaluation parameters. (See ATTACHMENT 3 for details). EVALUATION PARAMETERS (1) PAST PERFORMANCE. Evaluations will award up to 35 points based on evaluation of past performance of the firm with respect to their execution of relevant DoD and other contracts, both Government and private. Evaluation parameters will be set that allow points award based on level of experience. Parameters will range from extensive, for maximum points award, to little/no experience for the least number of points award. (See ATTACHMENT 3 for details.) (2) PROFESSIONAL QUALIFICATIONS. Evaluators will award up to 25 points based on their judgment of the depth and experience of the firm and other firms submitted as part of the team as well as the professional qualifications of their staff and other firm staff submitted as part of the team. (See ATTACHMENT 3 for details.) (3) SPECIALIZED EXPERIENCE. Evaluations will award up to 15 points based on specialized experience of the firm's staff to the requirements of the Notice of Intent and the firm's demonstrated success in specifying the use of recovered materials in construction, and achieving waste reduction and energy efficiency in facility design. (See ATTACHMENT 3 for details.) (4) CAPACITY FOR TIMELY ACCOMPLISHMENT OF WORK. Evaluations will award up to 30 points on the following table in judgement of the capacity of the firm to accomplish the requirements of the Notice of Intent. (See ATTACHMENT 3 for details.) (5) LOCATION. All firms responding to the Notice of Intent will be considered. However, evaluators will award up to 25 points based on the firm's knowledge of the locality (Rome, NY), local environmental laws and regulations, and the firm's ability to respond to the site for urgent or time-sensitive matters, as well as its understanding of AFRL mission facilities. Note: this criteria is not based on the firm's geographical location relative to Rome, NY. (See ATTACHMENT 3 for details.) (6) VOLUME OF DOD WORK. Evaluations will consider the volume of work previously awarded to the firm by the DoD and will award up to 10 points with the objective of effecting an equitable distribution of DoD contracts among qualified A-E firms, i.e., firms with a greater number of contracts or volume of work should be awarded fewer points and vice versa. SF 330, Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DoD work. SF 330, Block 11a, where Federal Work is written, firms should enter DoD volume only. Amounts should represent the total amount of any DoD contract vehicle in which obligation of funds has occurred in the previous year from the date of this announcement. (See ATTACHMENT 3 for details.) (7) INTERVIEW/DISCUSSION. The Selection Board will award up to 50 points based on an interview performance. These 50 points will be awarded on, but not limited to, the following criteria: clear understanding of Statement of Scope; examples of outstanding past performance; customer responsiveness; examples of projects completed ahead of schedule; cost control; use of creativeness and imagination in design development; and response to questions from Selection Board members. See ATTACHMENT 4 for sample questions. TEAMING AGREEMENTS. The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members included in the prime's proposal. The statement shall also list all team members and how quality control will be managed between the firms/teams. Firms that meet the requirements described in this announcement are invited to submit their completed SF330 to the attention of Leena Budhu, AFRL/RIKO, 26 Electronic Parkway, Rome NY, 13441-4514, leenawattie.budhu.1@us.af.mil and courtesy copy to John Haberer, john.haberer@us.af.mil. Email submission is the only acceptable form of response. Firms must submit to Leena Budhu at leenawattie.budhu.1@us.af.mil with a copy to John Haberer at john.haberer@us.af.mil Receipt of email submissions prior to the posted solicitation closing time will be considered timely. Hard copies, facsimile and alternate replies will not be accepted. Due to the possibility of network connectivity issues, it is highly encouraged that electronic submissions be sent one day prior to notice close. It is the contractor's responsibility to confirm receipt of offer. The SF 330 must be received by 3:00 PM 10 August 2024 to be considered for selection. Submit all questions in writing to Leena Budhu at leenawattie.budhu.1@us.af.mil. Point of Contact Leena Budhu, Phone 315-330-2557, Email leenawattie.budhu.1@us.af.mil The Method of Contractor Selection has not been determined at this Time.

Conceptual

Laboratories

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
113
Active Projects
70
Bidding Soon
917
All Active Projects
375
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 10, 2025

img_map_placeholder

26 Electronic Pkwy, Rome, NY


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.