Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 6 PM
Combined Synopsis/Solicitation
Panama city Florida

AE Design to Dredge Various Locations Tyndall AFB

Details

Solicitation ID FA481925Q8050
Posted Date 25 Jun 2025 at 6 PM
Response Date 25 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4819 325 Cons Pkp
Agency Department Of Defense
Location Panama city Florida United states 32403

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

L C Industries Incorporated

Hazlehurst Daytona beach Durham

Sign up to access Documents

Signup now
This is a request for qualifications IAW FAR 36.6. Solicitation packages are not provided. This is not a request for proposal.Engineering and design services are required for the full design and report services for the design of dredging plans that include sediment sampling, bottom depth surveying, permitting, dredging and proper disposal of material for four (4) identified locations in the coastal waters near Tyndall AFB per the attached Statement of Objectives (SOO). The areas include the WEG Large Boat Piers, (approximately 55,000 SF), Bonita Bay Recreational Boat Docks (Approximately 38,500 SF), Beacon Beach Marina Floating Docks (approximately 81,400 SF), and the Crooked Island Sound Channel (Approximately (354,200 SF). The base is approximately 18 miles long by 3 miles wide on a peninsula. The peninsula is surrounded by the waters of the Gulf of America and a series of barrier islands (Shell Island, Crooked Island East, and Crooked Island West) to the south, St. Andrew Bay to the west, and East Bay to the north. The following services may also be required: development of requirements, preparation of engineering evaluations, project scope, government parametric cost estimate, access constraints and identification of environmental issues, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of contractor submittals, field consultation and inspection during construction, and as-built drawing preparation. The purpose of the proposed action is to select one firm, per the process outlined in FAR part 36.6, to improve navigational marine access at Tyndall AFB as part of base-wide efforts to fully restore facilities, infrastructure, and operations at Tyndall AFB. The proposed action supports the overall natural disaster recovery efforts at Tyndall AFB following the damage caused by Hurricane Michael in 2018. The proposed action is needed to ensure safe marine operations through the waterways in and around Tyndall AFB to access docks and launches for activities of the 325 FW mission and tenant units.The NAICS Code for this project is 541330 and the small business size standard classification is $13,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON A TOTAL SMALL BUSINESS SET-ASIDE. REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL SMALL BUSINESS SOCIOECONOMIC CATAGORIES.SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent experience (within the past ten years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work described above and herein: a) Applying current engineering technology to provide innovative design solutions for large ship berthing facilities in a semi-protected marine environmentb) Thorough understanding of modern construction methods for pier facilities and the ability to produce designs that maximize quality and the facility life cycle c) Performing studies which include preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development analysis of proposed access constraints and identification of environmental issues. d) Designing projects to DOD agency criteria (or evidence of similar relevant experience) and to accommodate construction period services. e) On-site functional analysis and on-site schematics, space programming and budgetary cost engineering, f) Designs using AutoCAD, and cost estimating (or evidence of similar relevant experience) g) Evidence of experience of both the firm and key personnel in, and knowledge of, the federal acquisition process. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. 3. CAPACITY: a) Capacity of the firm and project teams to accomplish large, complex waterfront work within 6-9 months post contract award. b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. Secondary Selection Criteria: The following secondary criteria will only be used as a tie-breaker among technically equal firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The two secondary selection criteria are listed in descending order of importance. 1. KNOWLEDGE OF THE LOCALITY: Firms must have working knowledge of performing said services within large open bodies of water and be familiar with the State of Florida regulations to include Florida Environmental Protections Agency and the US Army Corps of Engineers. The board will evaluate a Prime/JVs knowledge and experience dealing with regional geological and hydrogeological conditions, and the state/local regulatory agencies. Information presented in Section H of the SF330 will be the primary basis for evaluation for this criterion, and pertinent information included in Sections E and F will also be considered. 2. Volume of DoD A-E Contract Awards in the last 12 months. Responding Prime/JV firms should cite all contract numbers, task orders and modifications, award dates and total negotiated amounts for any DoD A-E contract awarded within the past twelve (12) months. Only information presented in Section H of the SF330 will be the basis for evaluation for this criterion.Submittal Requirements:Interested firms having the capabilities to perform this work must submit one (1) original searchable Adobe PDF file of one SF 330 (07/2021 edition) for the Prime/JV firm that includes all team consultants. Include the firms UEI number and CAGE codes in the SF 330, Part I, Sections B and C. Submittals shall be sent via email to the POCs listed.For the ten (10) projects submitted in Section F of the SF 330, a project is defined as work performed at one site or a single installation. An IDC contract is not a project. A project may contain multiple task orders if they are from the same site or installation. If the offeror provides a specific task order as its project, it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its project, it shall provide the contract number for reference purposes.The instructions for SF330 require certain project specific details for each of the 10 projects presented in Section F of the SF330. In addition to the information required by the SF330 instructions, all project descriptions must include the following additional information in Box # 24:? Contract number or numbers under which the firm performed the work. Include the Task Order number for work done under an Indefinite Delivery Type Contract.? The type of contract under which the work was performed (Firm Fixed Price, Cost Reimbursable, or other).? The total contract obligation amount including all modifications, award date, and period of performance for each contract or contracts that include the project work being described.? The percentage of the contract amount performed by the prime offeror, JV partner, or team subcontractor.? The starting and ending dates, or period during which the work being described was performed.? Indicate whether or not there is one or more corresponding performance assessment ratings located in the CPARS system for the subject project work being described.Firms should include information regarding the Secondary Selection Criteria in Section H of the SF 330. The SF 330 shall have a total page limitation of 100 printed pages with Section H limited to twenty (20) pages, and Part II is excluded from the 100 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages per side. For all SF 330 sections, use no smaller than 11 pt. font. SF 330 to be submitted by the announcement close date to the POC email addresses provided.This is a request for qualifications IAW FAR 36.6. Solicitation packages are not provided. This is not a request for proposal.