C1DA--619 AE IDIQ - Central Alabama Veterans Health Care System (CAVHS)

Agency:
State: Alabama
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Feb 23, 2024
Due: Mar 29, 2024
Publication URL: To access bid details, please log in.
Follow
C1DA--619 AE IDIQ - Central Alabama Veterans Health Care System (CAVHS)
Active
Contract Opportunity
Notice ID
36C24724R0048
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 23, 2024 03:10 pm CST
  • Original Published Date: Jan 25, 2024 03:23 pm CST
  • Updated Response Date: Mar 29, 2024 01:00 pm CDT
  • Original Response Date: Feb 26, 2024 01:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 27, 2024
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Central Alabama Veterans Health Care System 215 Perry Hill Road Montgomery , 36109
    USA
Description View Changes

Amended announcement on Feb 23, 2024-- To extend due date for SF 330 submissions to no later than Mar 29, 2024 Same time.



Amended annoucnement: To address AE question



Question: Solicitation 36C24724R0048, Part I, Section F – Example Projects instructions say a maximum of 10 projects can be submitted. Later in the instructions, solicitation reads, “If more than the maximum number of projects are submitted, the Government will only evaluate the first six (6) projects in the order submitted.” Can you clarify if the Government will evaluate max of 10 or max of 6 projects in Section F?



Answer: Limited to ten(10) projects.



Presolicitation Notice Presolicitation Notice Page 3 of 8 Presolicitation Notice SUBJECT* AE IDIQ CAVHCS DESCRIPTION Page 1 of 2 Page 1 of THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: I. General Information: A. The Department of Veteran Affairs, Network Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for a Single Indefinite Delivery/Indefinite Quantity (IDIQ) or Single Award Task Order Contract (SATOC) for multi-discipline A-E engineering and design services Central Alabama Veterans Health Care System (CAVHCS). Locations to be serviced are East Campus, 2400 Hospital Road, Tuskegee, AL; 36083 West Campus, Montgomery, 215 Perry Hill Road, Montgomery, AL 36109 and other off-site locations within the CAVHCS. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States for the professions listed in Criterion 1. Also, see geographic location restriction in Criterion 5 of this notice. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. B. The selected A/E firm shall provide professional architectural/engineering services necessary for various multidiscipline projects, master planning; field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation and color studies; preparation of engineering studies and/or investigation and preparation of A-E documents, reports, and construction bid documents for projects with associated Structural, Civil, landscaping, Mechanical, Electrical, Historic Preservation, Environmental subsurface soil investigations and incidental work; Regulatory Compliance Reviews/Assessments; Preparation of design documents to include building and ground alteration, maintenance, repair, and minor construction; cost and schedule estimates; and Construction Period Services (CPS) or Construction Administration Services including monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor. Task orders may include, but are not limited to planning phase/schematic, phase, design development, construction documents, bid documents and construction period services/site visits. (Please see attached proposed Statement of Work). C. The period of performance for the resultant contract shall begin on the date of contract award for four years for multi-discipline Architectural/Engineering Design and usual and customary services; subject to a cumulative contract amount not to exceed $7,000,000. D. The guaranteed minimum amount for this IDIQ contract is $5,000.00 over the life of the contract. Individual task orders will not exceed $1,250,000.00. Multiple task orders may be awarded with similar completion schedules and overlapping delivery. Issuance of a task order shall not be affected until an agreement has been reached by the Architect/Engineer (A/E) and the Contracting Officer. Work to be performed shall begin after issuance of the task order. E. Services Disabled Veteran Owned Small Business Set-aside: This acquisition is a 100% set aside for Certified Service-Disabled Veteran-Owned Small Businesses. F. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). G. Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. H. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification. For a Joint Venture to be considered eligible as an SDVOSB if the joint venture 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Plus, the firm is reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. I. Firm Fixed Price A/E Design Service contract is contemplated for resultant contract and for any negotiated task orders. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the small business size standards is $25.5 million respectively. II. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: A. Criterion 1: Professional qualifications Firms will be evaluated on key personnel necessary for satisfactory performance of required AE services and their record of working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings must be registered/licensed to practice in the United States for the following disciplines Architect, Mechanical Engineer, Electrical Engineer, Structural engineer, Civil engineer, and fire protection engineer to be considered for award. Proof of licensure is required, refer to submission instruction. 1. Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section F together as team members. 2. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. The key personnel shall include: Project Managers, Quality Assurance managers, Architects, Structural Engineers, Mechanical/Plumbing Engineers, Electrical Engineers, Civil Engineers, Fire protection Engineers, Environmental Engineers, Certified Interior Designers, Cost Estimator. The VA may confirm the individuals listed are current and in good standing with the respective state license board. B. Criterion 2: Specialized experience and technical competence Firms will be evaluated on their submitted specialized experience and technical competence in the type of work required for a broad range of design for medical facilities, including but not limited to roof replacement, experience in HVAC/Heating systems, water line replacements, building renovation, experience in energy conservation, pollution preservation, waste reduction, use of recovered materials and others. 1. Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract. This factor evaluates the experience of the firm and design team in completing projects requiring skills like those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceiling, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilation, air conditioning (HVAC) to include package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkler systems, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioned condition. Experience providing CAD drawings; Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work stated above. Design of specialty construction may include asphalt paving, elevators, complete key system and chillers. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. Designing and providing full construction drawings and specifications for various facility projects; including applying sustainability concepts (through an integrated, cost-effective design approach. Experience preparing preliminary design deliverables such as concept plans, facility planning studies, including developing facility requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Preparation of designs using AutoCAD or Revit; and Providing construction phase services (shop drawing review, record drawings preparation, construction inspection services, and owner s manuals) 2. Firms may be considered more favorably by demonstrating the following: Guiding Principles for Sustainable Federal Buildings Historic Preservation and Renovations; Experience with historic building repairs and renovations in accordance with the Secretary of the Interior s Standards C. Criterion 3: Program Management, Quality Control Program and Capacity Firms will be evaluated on their ability to perform work required within required time frames and budget plans and manage work under the contract (program management), quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants/subcontractors and the capacity to accomplish the work in the required time. The evaluation will also consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. D. Criterion 4: Past performance Firms will be evaluated on contracts with Government agencies and private industry. This past performance in Government and private industry should be for a hospital environment, including, but not limited to design development, construction cost estimating, cost control, code review and implementation, quality of work, and compliance with performance schedules, etc. The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Additionally, the Government will review the firm s previous ability to meet the 50% SDVOSB performance requirement on other task orders. E. Criterion 5: Location within 600 miles and knowledge of the locality Firms will be evaluated on the firm s locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. 1. Greater consideration will be given to offerors with offices located in closer proximity to, or other demonstration that offerors will be able to perform quickly in, the geographic areas in which projects could be located. Eligible prime contractor firms must have a main and/or branch office geographically located within the 600-mile driving distance as per MapQuest. 2. Firms will be evaluated on their knowledge of the locality, such as climate factors, building codes, historical requirements and demonstrate how the team will service the proposed geographic area. Provide examples and lessons learned demonstrating team s knowledge of the primary geographic areas in which projects will be located. F. Criterion 6: Small Business Commitment Firms will be evaluated in the extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Firms will be evaluated on their ability to meet sub-contracting limitations for work to be performed based upon team composition. Note: Offerors will be required to sign VAAR 852.219-75 - VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) prior to award of IDIQ contract and any subsequent task orders. G. Criterion 7: Construction Period of Services Firms will be evaluated in their experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA and contractors, pre-final inspection site visit, generation of punch list reports and production of as-built documentation. III. Selection Procedures: A. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. B. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. C. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror. Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. D. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. IV. Submission Requirements: A. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. B. The following format should be used for SF 330 submission: 1. Cover Page with Solicitation Number, Project Title. The Unique Entity ID (UEI), Tax ID number, and E mail address and Phone number of the Primary Point of Contact need to be provided in SF 330, if not included in cover page. 2. Table of Contents 3. SF 330 s a. SF 330, Part I, Section A Contract Information. Provide requested information. b. SF 330, Part I, Section B Architect Engineer Point of Contract. Provide/Complete requested information. c. SF 330, Part I, Section C Proposed Team. Provide requested information. d. SF 330, Part I, Section D Organization chart of proposed team check block to indicate the chart is attached/included. e. SF330, Part I, Section E Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to two (2) pages per individual and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past seven (7) years) project-specific experience in work relevant to the services required under this contract and indicate proposed role in this contract. At a minimum, resumes should indicate academic qualifications, professional licensure, supplemental training or certificates, and years of professional experience. (Licenses, credentials, and certifications are to be included as an attachment to the SF 330 and do not count toward page count) f. Part I, Section F Example Projects which best illustrate proposed teams qualification for this contract. (Criterion 1 and 2) (1) Provide examples of experience and demonstrate the ability to provide professional consulting and design services relevant to hospitals and healthcare organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of the Joint Commission, OSHA, NFPA, IBC, and other such regulatory organizations, and commissioning certification and experience. This includes but is not limited to; safety related requirements as the implementation of interim life safety measures (ILSMs) and infection control risk assessments (ICRAs). (2) Provide a minimum of three (3) and a maximum of ten (10) projects completed within the past five (5) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined in the Statement of Work (SOW). Sufficient information to determine the date of completion the project must be included in the project description, or the project will not be considered. Provide at least one example project demonstrating experience with historic repairs/ renovation with a construction cost over $1 Million. If more than the maximum number of projects are submitted, the Government will only evaluate the first ten (10) projects in the order submitted. (3) All projects provided in the SF330 must be completed by the actual prime contractor s office proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. (4) To enable verification, firms should include the UEI number along with each firm name in the SF330 Part 1, Section F, block 25, Firm Name Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, date of project completion (MM/DD/YEAR), award contract value, current contract value, define professional service role and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. (5) For projects performed as a joint venture involving different partners, specifically indicate the value of the work performed as partner or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project may be eliminated from consideration. (6) If the firm is a joint venture, projects performed by both members of the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either member of the joint venture, not to exceed a total of ten (10) projects, but greater consideration may be given where projects are demonstrated for the joint venture and/or both members of the joint venture. (7) Projects submitted need to be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. The Government will not evaluate information provided for an IDIQ contract. Submitted projects that do not conform to this requirement will not be evaluated. g. Part I, Section G Key Personnel participation in example Projects. Contractor needs to complete form listed for Key Personnel h. Part I, Section H Additional Information. AE needs to provide the information listed below for each criterion. (1) Criterion 3 - Program Management, Quality Control Program and Capacity: (a) Program management: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. (b) Quality Control: Describe/provide the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1) Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. 2) Provide a quality control process chart showing the inter-relationship of the management and team components. 3) Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of AE plans, specifications, and construction cost estimates. 4) Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 5) Describe how the firm s quality control program extends to management of subcontractors and specialty consultants. (c) Capacity: Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. 1) Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. 2) Firms must address and demonstrate the capacity to execute several large Task Orders ($150,000 to $900,000 with a performance time of 90-180 calendar days) or multiple small Task Orders ($2,500 to $150,000 with a performance time of 30-90 calendar days) simultaneously. (2) Criterion 4 Past Performance. (a) Contractor should submit a completed CPARS evaluation for each example project under criterion 2. If a completed CPARS evaluation is not available, the past performance questionnaire (PPQ) (attachment 2) included in this notice is provided for the firm or its team members to submit to the client for each project included under criterion 2, Do not submit a PPQ when a completed CPARS is available. CPARS/PPQs for other projects not listed in example projects have less merit (Maximum of 10 CPARs/PPQs). (b) PPQs: IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. 1) If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). 2) Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) if it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Attn: Joseph Osborn, Contract Specialist via email at Joseph.Osborn@va.gov, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. (3) Criterion 5 Location Firms are to provide firm s/team s locations, including main offices and primary branch offices and demonstrate how the team will service the proposed geographic area. Provide examples and lessons learned demonstrating team s knowledge of the primary geographic areas in which projects will be located. (4) Criterion 6 Small Business Commitment Firms to provide documentation providing SDVOSB status, include any consultant(s). Provide any plan outlining the intend to involve other SDVOSB or small business owner in the project(s) to meet the 50% requirement for work by SDVOSB. Include any success stories or examples of past collaborations between the prime and other SDVOSB or small businesses. Note: The VA will confirm AE small business size in www.sam.gov for applicable NAICS code and SDVOSB status on https:/veterans.certify.sba.gov. (5) Criterion 7 Construction Period Service: Firms to provide examples and lesson learned of completed construction projects and identify start and completion dates as well as project size. (a) Include any approaches, techniques or solutions used to resolve any issues encountered during construction projects. (b) Documentation showcasing the successful aspects and achievements of the completed project. (c) Provide examples of proactive measures taken to mitigate delays and keep the project on track. (d) Highlight the firm s ability to adapt to unforeseen circumstances and its track record of successfully navigating through delays. (e) Describe how the firm collaborates with clients during construction period, emphasizing effective communication and addressing client concerns. Part V., General Qualifications. A. This section may be used to address criterion if not addressed adequately in SF 330, Part I, Sections A-G and Part II. B. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work should submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) Monday, February 26, 2024, at 1:00 P.M. CST. Email capacity is limited to ten (10) megabytes (Megs). C. All SF330 submittals and questions must be sent electronically to the attention of Joseph Osborn, Contract Specialist at Joseph.osborn@va.gov . Please provide Pre-Solicitation Number, AE IDIQ- CAVHCS, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. DO NOT SEND HARD COPIES D. The SF-330 including title page, table of contents, and any other relevant information should not exceed a total of 75 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS). This information should be provided as attachments to the SF 330. E. Any questions regarding this announcement can be emailed to Joseph.osborn@va.gov no later than Friday, February 9, 2024, at 1:00 P.M. CST. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. F. Attachments: Attachment 1 - AE IDIQ Proposed Statement of Work. Attachment 2 - PPQ AE.


Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information Active Contract

Federal Agency

Bid Due: 5/14/2024

Follow Construction Services - Fish River and Weeks Bay Marsh Restoration Active Contract

COMMERCE, DEPARTMENT OF

Bid Due: 5/05/2025

BCS- ITB# 2024-04 Lawn Services Notice is hereby given that the Birmingham Board

Birmingham City Schools

Bid Due: 5/09/2024

Follow ACC-RSA PALT SESSION Active Contract Opportunity Notice ID PALTSESSION24JAN2024 Related Notice Department/Ind.

Federal Agency

Bid Due: 11/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.