Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2025 SAM #8644
SOLICITATION NOTICE

C -- AE Design for CEMIRT Parking Pad

Notice Date
7/25/2025 11:20:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403 USA
 
ZIP Code
32403
 
Solicitation Number
FA481925Q8051
 
Response Due
8/14/2025 12:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
TSgt Lawrence Scroggins, Phone: 850-283-8630
 
E-Mail Address
lawrence.scroggins@us.af.mil
(lawrence.scroggins@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////******************************************************************************The purpose of this Amendment is to extend the response due date by 10 calendar days from 4 August to 14 August 13:00 CST. All firms shall submit their 330s via PIEE Solicitation Module. ******************************************************************************////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////This is a request for qualifications IAW FAR 36.6. Solicitation packages are not provided. This is not a request for proposal.DescriptionArchitect-Engineer (AE) design services are required to support the design-build of a 60000 sq/ft concrete staging pad and associated infrastructure for the Civil Engineer Maintenance Inspection Repair Team (CEMIRT) at Tyndall AFB Florida. Design will include civil electrical environmental and structural engineering for the following functional components:? 60000 SF rigid concrete pavement area with subgrade stabilization? Lighting and electric outlets with waterproof connections and circuit protection? Stormwater attenuation and drainage improvements including expansion of an existing pond? Perimeter security fencing and safety bollards? Environmental permitting and regulatory coordination (FDEP DEP etc.)? Site restoration and erosion control per UFC and Florida Stormwater standardsDesigns shall conform to Unified Facilities Criteria (UFC) Florida DEP DOT ADA OSHA and Tyndall AFB installation standards.A detailed Statement of Work (SOW) and CEMIRT vehicle parking specifications are included as attachments. Firms are expected to review Appendix A and Appendix C (provided separately) to understand site constraints and vehicle maneuvering/maintenance space requirements.The NAICS Code for this project is 541330 and the small business size standard classification is 25500000. 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 concrete pavement and drainage design for large military or industrial vehicle staging areas.b) Florida environmental permitting including stormwater and FDEP ERP coordination.c) Airfield or secure equipment parking facility designd) 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 military or industrial vehicle staging areas 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: Demonstrated familiarity with Bay County Florida geotechnical conditions FDEP requirements and Tyndall installation standards. 2. VOLUME OF DOD A-E AWARDS: Total value of AE awards received by the prime or JV firm in the past 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 PIEE Solicitation Module by 4 August 2025 at 1:00pm CST. 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 numbers and the task order numbers 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/803c70484b044cb4b6300cac7d8076b7/view)
 
Place of Performance
Address: 220 Checkertail Way, Bldg 36235 Tyndall AFB, FL 32403 32403
Zip Code: 32403
 
Record
SN07524436-F 20250727/250725230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.