FA309924Q1013 – Sources Sought – A-E IDIQ

May 4, 2024 | Sources Sought

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSALS BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.   

The Request for Quotation (RFQ) number is FA309924Q1013 and shall be used to reference any written responses to this source sought. 

Laughlin Air Force Base, Texas anticipates an Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) requirement that is being considered under an 8(a) or small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541310. The size standard for NAICS is $12,500,000.00 

The Contracting Office, Laughlin AFB TX, intends to award up to two IDIQ contracts for Title I, Services A&B, and Title II, Services C, for architectural including landscape architects, civil, mechanical, structural, environmental, industrial, planning and electrical projects at Laughlin AFB,TX and Goodfellow AFB, TX. 

Salient Characteristics: The duration of any resultant contract(s) being considered is for the period of 365 days (base year) with two one-year option periods if exercised. The maximum dollar value of the total program including all contracts and all option years is $9,750,000.00, based upon projected needs. Each contract awardee is guaranteed a minimum of $1,000.00 in fees for the life of the contract. This negotiated procurement will be accomplished in accordance with the provisions of 40 U.S.C. 1102. Proposed evaluation criteria for proposal evaluation will be accomplished utilizing (a) Professional Qualification (b) Past Performance, (c) Capacity, (d) Specialized Experience and Technical Competence, (e) Location, (f) Volume of DoD Work, and (g) Commitment to Small Business and Socioeconomic programs. Description of work for a specific project will be identified in each individual task order once an IDIQ contract is established.  The performance area is Laughlin AFB located in Del Rio, Texas, the Laughlin AFB Marina, Spofford Auxiliary Field, and Goodfellow AFB, TX located in San Angelo, Texas.   

We are interested in an 8(a) or small business set-aside competitive procurement, capable of meeting this requirement. The solicitation package will be issued on the System Awards Management (sam.gov) website. 

This Notice is a request by the Government to collect information from 8(a) A-E companies and A-E small businesses interested in this proposed acquisition for the purpose of Market Research to determine if an 8(a) set-aside action or a small business set-aside is feasible. The type of solicitation issued may depend upon the responses to this Sources Sought synopsis. Not providing a response to this Sources Sought will not prohibit/exclude your company from participating in any future requirements.  All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required A-E services.  Include three or more past references with current contact information and contract number.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  The capabilities package should be brief and concise, yet clearly demonstrate your firm’s ability to meet the above-stated A-E requirements.  Recent, relevant experience in all areas should be provided.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  The response must not exceed 10 pages. 

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its 8(a) or small business set-aside decision. In your response, include type of experience and 8(a) certification if applicable.  Additionally, include your Cage Code, and System for Award Management (SAM) registration expiration date.   

Please note: All contractors doing business with the Federal Government must be registered in the SAM.gov database. Offerors are further advised that failure to register in SAM.gov database will render your firm ineligible for award. 

Note:  We are interested in any size business that is capable of meeting this requirement. 

Responses may be submitted electronically to the following e-mail address: [email protected] or [email protected] and/or by mail to 171 Alabama Ave, Laughlin AFB, TX 78843. Telephone responses will not be accepted. 

RESPONSES ARE DUE NO LATER THAN 13 May 2024. 

Any future information about this proposed acquisition will be issued through Sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this proposed acquisition. 

Contracting Office address: 

171 Alabame Ave 

Laughlin AFB, TX  78843-5102 

Primary Point of Contact 

Javier Hinojosa, Contract Specialist 

A1C Elias-Hernandez, Contract Specialist 

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.