The Mountain Home Air Force Base is soliciting Architect-Engineer (A-E) Qualifications for multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) single-award task order contracts (SATOC) for FY26. The government anticipates awarding at least three five-year contracts, with a maximum value of $9,900,000 per contract. Services include architectural, engineering, surveying, and mapping, adhering to a 10% statutory fee limitation. Evaluation criteria include professional qualifications (100 points), past performance (100 points), specialized experience (100 points), capacity (50 points), and location (100 points), totaling 450 points. Submissions, limited to 50 pages plus the SF330 and self-evaluation, are due by November 21, 2025, via the PIEE Solicitation Module. Funds are not presently available, and the solicitation may be canceled without obligation.
The Department of the Air Force seeks Architect-Engineer (A-E) Qualifications for Mountain Home Air Force Base, Idaho, under Solicitation No. FA489726RA001-0002. This Request for Qualifications (RFQ) anticipates awarding at least three five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts, with a maximum value of $9,900,000 per contract. Services include architectural, engineering, surveying, and other related professional services. Selection criteria emphasize professional qualifications, specialized experience, past performance, capacity, and proximity to the base. Submissions require a Standard Form 330 and supporting documentation, limited to 50 pages, due by November 21, 2025. Funds are not presently available, and the government reserves the right to cancel the solicitation.
This government file outlines various contract work categories, primarily focusing on professional services and laboratory analysis relevant to federal, state, and local RFPs and grants. Key categories include Management (Program and Project Managers), Environmental (Engineers, Ecologists, Geologists, Geotechnical Specialists), Architectural (Architects, Interior Designers, Landscape Architects), and diverse Engineering disciplines (Civil, Structural, Mechanical, Electrical, Fire Protection, Cyber Security). The document also lists roles in Estimating, Contract Inspection/Quality Assurance, and Miscellaneous specialists such as Toxic/Hazardous Materials Specialists and Certified Industrial Hygienists. Additionally, it details specific laboratory testing services for Asbestos, Lead, and Reproduction services, specifying turnaround times and methodologies. The file serves as a comprehensive catalog of expertise and services offered, indicating the scope of work typically covered in government contracts.
This document details multiple government contracts awarded for engineering services (NAICS Code 541330) to three different companies: HDR Engineering, Inc., Thomas Dean & Hoskins, Inc., and WJA, P.L.L.C. Each company has a series of Task Orders (TO) with associated Action Obligations and contract totals spanning fiscal years 2020 through 2025. The contracts, each with a maximum quantity of $9,900,000.00, outline individual task order values, smallest and largest task order amounts, and the remaining contract quantities. The data also highlights an outlier for HDR Engineering, Inc. related to ongoing Title II Services for a hangar project affected by delays and unknown conditions. The file provides a comprehensive overview of financial obligations and contract performance for these engineering services.
This document clarifies questions regarding evaluation and scoring criteria for a government Request for Qualifications (RFQ). Key points include that only one Project Manager resume is required, graded on certification and proximity. The selection is based solely on scores from selection criteria, with no other factors applying. SF330 Section G guides key personnel resume scoring, while Section H is for supporting information and not specifically graded. For Joint Ventures, past performance details are in a separate document. Dual-hatted individuals are not accepted due to the full-time nature of positions. Only the three most recent projects require Past Performance documentation (CPARS/PPQs), which count towards the 50-page limit. Design-build projects are accepted, and 35% designs may be accepted with supporting documentation. Only 10 projects in Section F award scoring points. The 5-year limit for projects applies only to part 4 of the criteria. Prime contractors serving in a subconsultant role will not receive maximum points unless the role encompassed the entirety of work consistent with criterion 3. A subcontracting plan is required for unrestricted positions. Section F projects are limited to one page, excluded from the 50-page limit. DoD SAFE can be used for submissions during technical issues. The evaluation date determines CPARS/PPQ relevance. Cost estimators are exempt from the location criterion. Subconsultant experience and resumes contribute to overall capability but not to scored points. Specific SF330 sections, including the form itself, self-evaluation, specific resumes, and up to 10 projects in Part 1.F., are excluded from the 50-page limit. No specific certification is required for the Certified Toxic/Hazardous Material Specialist, but training related to Section 40 of the Code of Federal Regulation is a minimum starting point.
This document addresses 45 Requests for Information (RFIs) regarding the FA489726RA001 Request for Qualifications (RFQ) for engineering services. Key clarifications include defining support documentation, page count limitations for SF330 forms and other submissions, and policies on subcontractor qualifications for scoring. It specifies resume requirements, project submission guidelines, and past performance evaluation criteria, including the use of CPARS and PPQs. The document also clarifies certification requirements for various disciplines (e.g., Structural Engineer, Fire Alarm Technician, Cost Estimator) and the acceptability of equivalent certifications. Revisions to personnel proximity scoring radii have been made, and the use of MII/MCACES for cost estimating is confirmed. Additionally, it addresses administrative details like the correct NAICS code, access to solicitation documents, and the permissibility of remote meetings. Sub-contracted personnel will not contribute to evaluation scores, and the due date for offers has been extended.