GENERAL SCOPE: Architectural/Structural/Civil (A/S/C) design services are required for design of miscellaneous operations and maintenance projects and supporting services at or designated by Air Force Research Laboratory (AFRL) Rome Research Site (RRS), including subordinate field and other support sites. Design services (Title I) required will be in conjunction with remodeling and maintenance type projects, including preparation of drawings, specifications, government estimates, and construction schedules. Various types of A/S/C services such as investigation, inspection, studies, reports, and cost estimates also may also be required. Also included is Title II Construction services consisting of supervision and inspection of construction. A draft Statement of Work is provided in ATTACHMENT 1.
BACKGROUND: 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.
For additional information that describes typical design requirements at AFRL RRS, firms are invited to search the Federal Business Opportunities website (www.fbo.gov) archived documents for the following sample of projects designed and constructed in the past. At the fbo homepage, select the ‘advanced search form' hyperlink. At ‘Documents To Search' select the ‘Both' radio button. Then, at the ‘Keywords or SOL#' box, enter and search at separate instances the following six reference projects:
FA8751-08-R-0025
FA8751-08-R-0032
FA8751-09-R-0022
FA8751-10-R-0020
FA8751-10-R-0021
FA8751-11-R-0013
FA8751-12-R-0004
FA8751-15-R-0006
FA8751-15-R-0007
The minimum amount to be issued under the contract will be the value of the first delivery order. A firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be issued for a period of five years. Performance period will be a basic five-year contract. Projects will be issued to contractor by delivery orders. It is anticipated that no delivery order will exceed $500,000 and that the cumulative amounts of all delivery orders will not exceed $1,500,000 over the five year contract life.
SIZE STANDARD: The North American Industry Classification System code for this procurement is 541330. For reference, the small business size standard is $15 Million in average annual revenue over the past three years. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for general services-type procurement.
RESPONSE PROCEDURES: Prime contractors who are 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 29 JAN 2016:
(1) a positive statement of your intention to submit a proposal for this notice as a Prime Contractor;
(2) dated letter or certification from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); and
(3) completed Standard Form 330, Part II (ATTACHMENT 2) listing experience in work of similar type and scope identified above, to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers.
All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, WOSB, SDVOSB, or SB concerns. Responses shall be limited to 15 pages. Failure to submit all information requested would result in a contractor being considered ‘not interested' in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist, tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514. Technical questions may be referred to Richard Childres at 315-330-4194, Email [email protected] or Bryant Soule, 315-330-4723, [email protected].