B710 Architect Design Repair Emergency Services

Project ID: FA663326QA004 FederalOpportunitiesSynopsis Solicitation
Overview
AgencySecretary of the Air Force
Deadline05/05/26
Posted05/05/26
Estimated Value$150,000 - $600,000 (AI estimate)
Set AsideSBA
NAICS541330 - Engineering Services
PSCC215 - Architect And Engineering- General: Production Engineering
LocationMinneapolis, MN 55450 United States
Description
Primary Latest Change

Notice to Offeror(s)/Supplier(s)

Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a public announcement for a Request for Architect-Engineer (A-E) Qualifications in accordance with the Revolutionary Far Overhaul (RFO) Subpart 36.202, Selection of Firms for Architect-Engineer Contracts, Department of the Air Force, and the Brooks Act. Price proposals are not requested with this announcement and will not be considered. The Government anticipates awarding to one (1) responsible offeror with the most highly qualified firms following evaluation, selection, and negotiation. The Government reserves the right to award one contract under this solicitation if in the best interest of the Government. Statutory fee limitation: Adhere to 10 U.S.C. 9540. Current limitation is ten percent. The contract price for production and delivery of designs, plans, drawings, and specifications shall not exceed ten percent of the estimated cost of construction of the public work or utility, excluding fees. These contracts will fulfill requirements for: (1) Provide Professional Design Servies (Title I Type A, Title I Type B and Title II Services) all supervision, labor, materials and equipment necessary to fully meet all requirements of the Statement of Work (SOW), SOW Drawings and all other Contract Documents related to and/or titled: REPAIR EMERGENCY SERVICES B710 at the Minneapolis Air Reserve Station, Minneapolis, Minnesota. The Government will provide Contractor(s) with access to the site and/or facilities along with any existing documentation pertinent to the project, including existing drawings for this facility. It is the Contractors responsibility to verify the accuracy of these drawings and documents. Professional services of an architectural or engineering nature associated with design or construction of real property. (2) Title I (type A Services) Involves field investigations and surveys (roof investigations, fa ade evaluations, etc.); similar fact-finding surveys of the site essential to proper design; preparation of reports and similar services not involved in the preparation of designs, plans, drawings, and specifications. (3) Title I (Type B Services). These services include those items normally furnished by an AE in the actual preparation of the design documents (plans, drawings, specifications, submittal register, etc.) and include visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities. (4) Title II (Type C Services). Those items involve inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating and testing product submittals and shop drawings, and preparation of construction contract modifications. Refer to the contract-level scope of work for details. No construction contract may be awarded to the firm that designed the project.

Product Service Code

C215 Architect-Engineering- General: Production Engineering, includes; Design and Control, Building Programming NAICS: 541330 Engineering Services

Small Business Size Standard

$25.5M Each potential contractor shall be evaluated in terms of its: (1) Professional qualifications necessary for satisfactory performance of required services. (2) 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. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (6) Acceptability under other appropriate evaluation criteria, as indicated below. Minneapolis Air Force Reserve Base will provide one architect-engineer evaluation board composed of its members who, collectively, have experience in architecture, engineering, construction, and Government and related acquisition matters. One Government member of each board shall be designated as the chairperson. Under the general direction of the 934th Contracting Flight Chief of the Contracting Office (COCO) the evaluation board shall: (1) Review the current data files on eligible firms and responses to the public notice. (2) Evaluate the firms in accordance with the criteria listed. (3) Hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. (4) And prepare a selection report for the 934th Civil Engineering Squadron Base Civil Engineer recommending, in order of preference, at least three firms that are considered to be the most highly qualified to perform the required services. The report shall include a description of the discussions and evaluation conducted by the board to allow the selection authority to review the considerations upon which the recommendations are based. The final selection decision shall be made by the Base Civil Engineer. The selection authority shall review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. If the firm listed as the most preferred is not the firm recommended as the most highly qualified by the evaluation board, the selection authority shall provide for the contract file a written explanation of the reason for the preference. All firms on the final selection list are considered "selected firms" with which the contracting officer may negotiate in accordance with RFO 36.201-1(b)(2). The selection authority shall not add firms to the selection report. If the firms recommended in the report are not deemed to be qualified or the report is considered inadequate for any reason, the selection authority shall record the reasons and return the report through channels to the evaluation board for appropriate revision. The board shall be promptly informed of the final selection. The final selection authorizes the Contracting Officer to begin negotiations, beginning with the most preferred firm in the final selection. The Contracting Officer will request priced proposals for fully burdened contract rates that will be used to price orders made under each contract. Refer to the table of categories for which rates will be requested. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract has been negotiated. If negotiations fail with all selected firms, the contracting officer shall refer the matter to the selection authority who, after consulting with the contracting officer as to why a contract cannot be negotiated, may direct the evaluation board to recommend additional firms in accordance with RFO 36.202-3. Instructions. To be considered for contract award, firms must file a Standard Form 330. The most current version is available for download at https://www.gsa.gov/reference/forms/architectengineer-qualifications Qualification files shall be submitted through the DoD SAFE. No other method will be used for submission. Prior to submission, notify the POC (points of contact) under the General Information section below and request DoD SAFE request drop off. Submit a complete Standard Form 330 (all parts) and the support documentation. Follow the instructions of the Standard Form 330 for generation of the support documentation and ensure the submitted information demonstrates the qualifications of the firm against the specific selection criteria listed below. Firms shall also use this Request for Qualifications document to self-evaluate under each selection criteria and total of points. Include the self-evaluation using this document with the other support documentation. Total submission is limited to 50 pages of standard 8.5 x 11 with 1-inch margin. 10-point font minimum. The Standard Form 330 itself and the self-evaluation using this document does not count against the 50-page limitation. Do not provide any pricing information.

Summary (Newest Update)

Background This solicitation is a public announcement for a Request for Architect-Engineer (A-E) Qualifications issued by the Department of the Air Force, specifically for the Minneapolis Air Reserve Base. The contract aims to fulfill requirements for professional design services related to the 'REPAIR EMERGENCY SERVICES B710' project. The Government anticipates awarding one contract to the most highly qualified firm following evaluation, selection, and negotiation. It is important to note that funds are not currently available for this effort, and no award will be made until funds are secured. Work Details The contractor will provide professional design services including Title I Type A, Title I Type B, and Title II Services. The scope of work includes: 1) Conducting field investigations and surveys essential for proper design; 2) Preparing design documents including plans, drawings, specifications, and submittal registers; 3) Inspecting and evaluating construction activities to ensure compliance with plans and specifications; 4) Developing drawings and specifications through various phases from preliminary to final; 5) Ensuring all documents conform to applicable standards such as Unified Facilities Criteria (UFC) and Air Force Policy Directives. The Designer of Record (DOR) will be responsible for investigating the site, developing drawings, submitting design analysis, and providing cost estimates. All work must comply with national codes and regulations relevant to architectural and engineering disciplines. Place of Performance The contract will be performed at the Minneapolis Air Reserve Station in Minneapolis, Minnesota.

Contacts
Contact nameKaren Gillen
Contact emailkaren.gillen@us.af.mil
Contact phone(612) 713-1427
Secondary contact nameChin Dahlquist
Secondary contact emailchin.dahlquist.1@us.af.mil
Secondary contact phone(612) 713-1426
Same Region Opportunities