Request for Qualifications: 242212, A&E Concept Design Delta 8 Secure Renovation in Bldg. 12006 at Vandenberg Space Force Base (VSFB), CA
ID: 242212Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified architectural and engineering firms to provide services for the secure renovation of building 12006 at Vandenberg Space Force Base, California. The objective is to develop a Conceptual Design/35% Design in compliance with applicable standards and regulations, with a focus on producing an engineering solution that adheres to the Statement of Work and relevant codes. This project is significant as it involves a construction budget estimated between $5 million and $10 million, and it is set as a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting. Interested firms must submit their qualifications using the SF330 form by September 16, 2024, and inquiries can be directed to Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil or Alyson Kolding at Alyson.Kolding@spaceforce.mil.

    Files
    Title
    Posted
    The Department of the Air Force, specifically the United States Space Force, has issued a Request for Qualifications (RFQ) for Architectural and Engineering (AE) services related to the secure renovation of building 12006 at Vandenberg Space Force Base, California. This effort aims to develop a Conceptual Design/35% Design in compliance with applicable standards and regulations. A single AE firm will be chosen for the project, which is set as a Total Small Business Set-Aside, with an estimated construction budget between $5 million and $10 million. Interested firms must submit the SF330 Architect-Engineer Qualifications form by September 16, 2024, with evaluations based on professional qualifications, specialized experience, capacity to complete the project, past performance, and local knowledge. Individual project examples should showcase relevant experience from the last five years. The RFQ outlines explicit evaluation criteria and submission requirements, highlighting the importance of compliance with federal contracting regulations. Funding is pending, and the government retains the right to cancel the acquisition. For inquiries, potential respondents are directed to monitor designated channels for updates.
    The document appears to be a Statement of Work (SOW) related to a federal Request for Proposal (RFP) or grant. It outlines a structured process to assess and improve designated facilities, potentially through environmental or mechanical upgrades. The SOW emphasizes the need for compliance with health and safety regulations while addressing potential hazards, such as asbestos, microbial growth, or compromised structural integrity. Key components include evaluating existing conditions, coordinating project management efforts, and planning for environmental remediation before undertaking any construction activities. The document highlights the importance of performing meticulous assessments to ensure compliance with local, state, and federal standards. Furthermore, it incorporates a detailed approach to project implementation, outlining the responsibilities of contractors and subcontractors during the project lifecycle. The methodology proposed ensures that all phases, from planning to execution, follow best practices for environmental safety and operational efficiency. This SOW exemplifies governmental efforts to facilitate safe renovations while aligning with federal guidelines and regulations, ensuring public health and safety in project execution.
    The Past Performance Questionnaire (PPQ) is a document utilized by the Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) to evaluate contractors' past performances for potential project awards. The PPQ consists of several sections where contractors provide essential information, such as contractor details, contract specifics, project descriptions, and evaluator input. Evaluators are tasked with assessing contractors on various criteria, including quality, timeliness, communication, management, financial management, and subcontract management. Each criterion is rated using a system ranging from "Outstanding" to "Unsatisfactory." Additionally, evaluators are encouraged to provide comments and indicate their willingness to collaborate with the contractor again. The completed questionnaires are incorporated into the SF330 submission without contributing to page limits. The overarching purpose of the PPQ is to ensure that prospective offerors are thoroughly reviewed based on their past performance, thereby informing the decision-making process for contract awards within federal and potentially state/local projects.
    Similar Opportunities
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    CCAF Education Advisor Services, Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Community College of the Air Force (CCAF) Education Advisor Services at Vandenberg Space Force Base in California. The contract requires qualified vendors to provide educational support services, including academic advisement and customer service for active-duty personnel, with a focus on enhancing off-duty education programs. This opportunity is a 100% Small Business Set-Aside under NAICS code 611710, with a total contract value of $24 million over three years, including a base period from September 27, 2024, to August 26, 2025, and two option years. Interested parties must submit their proposals by September 10, 2024, at 12:00 PM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    SLD 30 Carpet Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of carpet at Building 10577, Vandenberg Space Force Base, California, under the SLD 30 Carpet Install project. The procurement aims to fulfill requirements outlined in the Carpet II Program, which includes tasks such as furniture movement, flooring removal, and the installation of specified carpet materials, while ensuring compliance with federal, state, and Air Force regulations. This project is critical for maintaining service quality and safety standards within military facilities. Interested small businesses must submit their quotes by September 18, 2024, with an expected award date of September 27, 2024. For inquiries, vendors can contact Paul Baraldi at paul.baraldi@spaceforce.mil or Chris Hummel at christopher.hummel.6@spaceforce.mil.
    IFB - Beale AFB - Aircrew Readiness Facility Addition and Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction and renovation of the Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the addition of a 4,596 square foot facility, including restrooms, crew quarters, and service rooms, alongside the renovation of approximately 1,961 square feet of existing space to enhance operational readiness for aircrews. The initiative is crucial for improving military infrastructure and ensuring compliance with safety and operational standards, with a total estimated contract value between $5 million and $10 million. Interested HUBZone small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by September 13, 2024, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.
    ADA Door Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of ADA-compliant doors at the Child Development Center (CDC) located at Schriever Space Force Base in Colorado Springs, Colorado. The project entails removing existing glass and aluminum doors and replacing them with new doors that meet specified durability, accessibility, and safety standards, with a completion timeline of 40 calendar days following the notice to proceed. This initiative underscores the U.S. Space Force's commitment to enhancing facility accessibility and safety, with an estimated project magnitude between $10,000 and $50,000. Interested small businesses must submit their proposals, including a price proposal and technical approach, by the specified deadlines, and can direct inquiries to Deaven Randolph at Deaven.Randolph.1@spaceforce.mil or 719-567-3763.
    SLD 30 Console Furniture
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking qualified small businesses to provide console furniture for SLD 30 at Vandenberg Air Force Base, California. The procurement involves the design, supply, and installation of office console furniture, with specific requirements for dimensions, materials, and features such as keyboard trays and monitor arms. This initiative is crucial for enhancing workspace functionality while adhering to stringent security and design guidelines. Interested vendors must submit their quotations by September 18, 2024, and can direct inquiries to Contract Specialist Paul Baraldi at paul.baraldi@spaceforce.mil.
    Concrete Forms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses to provide concrete forms for a K-SPAN building foundation intended for a launch abort system hangar at Patrick Air Force Base in Florida. The procurement requires a complete kit of concrete forms measuring 40’H x 77.5”W x 104”L, adhering to commercial industry standards and emphasizing quality control and compliance with the American Concrete Institute standards. Proposals must be submitted in PDF or Word format by September 11, 2024, at 8:00 A.M. EST, and should include technical capabilities, pricing, and past performance information. Interested parties can contact Cynthia Whittaker at cynthia.whittaker@spaceforce.mil for further details.
    Building 1470 Air Handler Units Phase III , Peterson Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is soliciting proposals for the repair of air handler units (AHUs) at Building 1470 on Peterson Space Force Base in Colorado. The project, designated FA2517-24-Q-2024, involves refurbishments across four floors, including the replacement of electrical fixtures with LED units and ensuring compliance with safety and environmental standards. This procurement is a 100% small business set-aside under NAICS code 238220, with proposals due by September 10, 2024, following a site visit on September 3, 2024. Interested contractors should contact Tate Gutsa at tatenda.gutsa.2@spaceforce.mil for further details, and note that the contract award is contingent upon funding availability.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Active
    Dept Of Defense
    The U.S. Air Force seeks small business architect-engineering (A-E) firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM), and Military Construction (MILCON) projects primarily based at Andersen Air Force Base in Guam, under a multiple award task order contract (MATOC). With a total contract ceiling of $930 million, the goal is to award contracts to around six small businesses for a ten-year period. The scope of work involves A-E services for the renovation, repair, or replacement of DoD facilities, as well as planning and design support for new construction projects. This includes project management, engineering, architectural design, and construction inspection across various facility types. The focus is on firms' specialized experience, technical capabilities, professional qualifications, local knowledge, and capacity to execute the work. Firms must demonstrate these capabilities by submitting Standard Form 330 (SF330) responses, which should showcase their expertise, resources, and relevant past performance. Key personnel for each discipline must possess appropriate licensure and experience, especially in projects involving reinforced concrete, tropical environments, and sensitive facilities. To participate, applicants must meet the eligibility criteria outlined in the SF330 form, which includes specific qualifications and experience requirements. The Air Force encourages small businesses to apply and will evaluate applicants based on their specialized experience, technical competence, qualifications, local knowledge, past performance, and capacity. The anticipated contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) MATOC, with a potential ceiling value of $10 million per awardee. Firms interested in this opportunity must submit their SF330 packages by the deadline stated in the formal synopsis, expected to be issued in August 2024. For clarification and Q&A, potential applicants can refer to the provided spreadsheet and attend an industry briefing via Microsoft Teams on August 1, 2024. The Air Force will provide further details and respond to questions during this session. The primary point of contact for this opportunity is Ms. Brindle T. Summers, Contracting Officer, reachable at brindle.summers@us.af.mil, with Mr. Brian Bosworth, Support Contracting Officer, and Ms. Jean Stevens, Contract Specialist, as secondary points of contact. This draft synopsis is an initial step in the procurement process, and the Air Force plans to issue a formal solicitation in the near future, outlining key dates and requirements.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.