DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
ID: FA8903-24-R-0099Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)

Set Aside

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

    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Draft Synopsis for a Multiple Award Task Order Contract (MATOC) aimed at securing Architect-Engineering (A/E) services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) projects at Andersen Air Force Base, Guam. The Air Force Installation Contracting Center is seeking to partner with small business A-E firms, anticipating the award of contracts totaling $930 million. The document specifies that five to six firms may be awarded contracts with task orders ranging from $2,500 to $10 million. Firms must submit an SF330 form to be considered, with a selection process focused on specialized experience, technical competence, and local knowledge. Evaluation criteria include the capability to accomplish the work, past performance, and professional qualifications. Key personnel are required to be licensed professionals with relevant DoD project experience. The document emphasizes the importance of team composition, outlining submission requirements for project experience, business relationships, and qualifications of proposed personnel. The intent is to ensure competent and compliant firms are engaged in supporting critical projects at military installations within the Joint Region Marianas, reflecting a strong commitment to infrastructure development and maintenance in compliance with federal standards.
    The document outlines a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A/E) services focusing on Facility Sustainment, Restoration and Maintenance Modernization (FSRM) and MILCON Title I and II projects at Andersen Air Force Base, Guam. The Air Force seeks proposals exclusively from certified Small Business firms under NAICS 541330 with a maximum contract ceiling of $930 million, aiming to award contracts to around six firms, including two designated for HUBZone businesses. Prospective firms must submit an SF330, adhering to strict guidelines, including a detailed description of their qualifications, project experience, and team structure. The evaluation will focus on specialized experience, professional qualifications, knowledge of the locality, capacity to accomplish the work, and past performance, with criteria weighted accordingly. The contract will cover an ordering period of ten years, with task orders ranging from $2,500 to $10 million. Requirements emphasize local experience in the Joint Region Marianas and the unique challenges posed by a tropical environment. The goal is to ensure that selected firms can meet specific technical and operational demands through collaborative project oversight, quality assurance, and effective management of engineering services.
    The document pertains to the responses received from an Air Force RFP related to services offered by a specific AE Firm. It outlines the firm's questions and comments, corresponding to referenced sections within the proposal or contract document, which the Air Force has addressed. This exchange indicates the bid clarification process, enabling the firm to understand the Air Force's requirements better. The dialogue aims to refine expectations and ensure compliance with the RFP's stipulations. The document demonstrates the importance of communication between federal entities and contractors to achieve successful project outcomes. By clarifying uncertainties and detailing expectations, the Air Force seeks to enhance the overall quality and performance of submitted proposals, which is essential in the context of government contracts and grants. The objective underscores the collaborative nature of RFP processes while ensuring adherence to regulatory and operational frameworks.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a document designed for assessing contractors involved in federal projects. It captures essential contractor and project details, such as firm name, contract type, performance metrics, and client evaluations. The questionnaire requires the client to evaluate the contractor's performance on various aspects, including quality, timeline adherence, customer satisfaction, management effectiveness, financial management, safety, and overall compliance. The performance assessment employs a rating system from 'Exceptional' to 'Unsatisfactory,' guiding clients to specify their evaluations across distinct categories like quality of technical data, adherence to schedules, and effectiveness of management. Key components include information about the project's complexity, client roles, and a section for clients to provide additional comments or insights regarding the contractor’s strengths and weaknesses. The completion of this questionnaire allows contractors to demonstrate their past performance to potential government clients, ultimately serving as a critical evaluation tool in government proposals and contracts.
    The document outlines the evaluation and selection criteria for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural and engineering (A-E) services in Guam. Key concerns relate to the requirements favoring established mentor-protégé joint ventures (JVs), which may exclude local small businesses (SBs) from competitive bidding due to stringent teaming and project experience criteria. The evaluation heavily weighs existing business relationships, potentially limiting participation to those firms with prior collaboration, thus skewing competition. Additional challenges include unrealistic staffing requirements, such as assigning key personnel to every task order, which may hinder operational flexibility and resource allocation. The IDIQ proposes a ceiling for awards that raises concerns about monopolizing the market in Guam, further disadvantaging local firms. The document suggests revising criteria for completed projects to align with practical execution realities and adjusting teaming restrictions to enhance local participation. Overall, the intent is to establish a more equitable and competitive environment for local A-E firms while ensuring the government can effectively mitigate risks associated with project partnerships. The responses indicate a willingness to further refine requirements to accommodate local needs while maintaining project quality and reliability.
    The document outlines a series of comments and questions regarding a federal government RFP involving an Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering (A-E) services. Key issues raised include evaluation criteria favoring established mentor-protégé joint ventures (JVs), which could hinder local small business (SB) participation. The document highlights inconsistencies in experience requirements that limit competition and proposes reconsideration of the IDIQ's ceiling value to allow more than six SB awards, given its high average value per contract holder. Additional concerns include the impracticality of staffing key personnel consistently across numerous task orders, vagueness in personnel role definitions, and constraints that may disadvantage local firms in Guam due to restrictions on the number of qualified engineers per discipline. Suggested revisions aim to enhance flexibility, define critical roles clearly, and encourage local SB involvement by removing or altering restrictive teaming arrangements. The document emphasizes the need for clarity in proposal requirements and underscores the importance of maximizing competitive opportunities for local businesses. Overall, the aim is to create a fair and competitive environment in awarding federal contracts while ensuring quality and qualified responses to the RFP.
    The document outlines a draft synopsis for a Multiple Award Task Order Contract (MATOC) seeking Small Business Architect-Engineering (A/E) firms to support Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and II projects primarily at Andersen Air Force Base (AFB) in Guam. The contract aims for a total ceiling of $930 million, with six firms expected to be awarded. Proposals should adhere to the SF330 form, and emphasize specialized experience, technical competence, and qualifications related to the unique challenges of projects in tropical salt-water environments. The evaluation criteria include specialized experience, professional qualifications, knowledge of the locality, capacity to accomplish the work, and past performance. Detailed submission requirements highlight the importance of demonstrating experience with relevant completed projects, especially in locations similar to Guam, and the evaluation of business relationships among teaming partners. The document also specifies that contractors must be registered in the System for Award Management (SAM) to be eligible for bidding, reinforcing compliance with federal regulations. The synopsis encourages prospective offerors to submit formal questions by August 8, 2024, providing a framework for the selection and evaluation process to promote high-quality A/E services aligned with military construction objectives.
    Similar Opportunities
    FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.
    AE MATOC for NETZERO Title I and Title II Services in support of Executive Order 14057
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to participate in the AE MATOC for NETZERO Title I and Title II Services, in alignment with Executive Order 14057. The procurement aims to gather industry feedback on firms' experience with architect-engineer services focused on vertical design, including planning, design, and construction phase services for new facilities and modernization of existing structures, all aimed at enhancing mission resilience and transitioning to Net-Zero facilities. This initiative is critical for supporting the Department of Defense's goals of reducing greenhouse gas emissions and promoting sustainable practices in federal operations. Interested firms are encouraged to respond to the sources sought notice by March 3, 2024, with a projected contract ceiling exceeding $2 billion, and should direct inquiries to Brindle Summers at brindle.summers@us.af.mil or Brian Bosworth at brian.bosworth.3@us.af.mil.
    RFQ - 36 WG Giant Voice System - Cable Relocation (GUAM)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure, as the Giant Voice System is essential for communication during emergencies. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the project site. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.
    Multiple Award Construction Contract (MACC), Moody AFB
    Buyer not available
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the Tie Feeder Circuit P-84 and P-85 located in Yigo, Guam. This project falls under the NAICS code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors, and is categorized as a repair or alteration of airport runways and taxiways. The opportunity is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in designated areas. Interested parties should reach out to A1C Sir Rashaliq I. Hankerson at sirrashaliq.hankerson@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil for further details.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM FAR EAST), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility in Atsugi, Japan. This contract, valued at up to $99 million, aims to select approximately five contractors to undertake various construction activities, including new builds, renovations, and repairs within the Atsugi Area of Responsibility. The procurement is critical for maintaining and enhancing the operational capabilities of the facility, ensuring compliance with U.S. government standards and local regulations. Interested contractors must submit their proposals electronically by April 18, 2025, and are encouraged to contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further information.
    SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
    Buyer not available
    The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the submission deadlines and funding amounts will be provided in the solicitation documents.
    Multiple Award Construction Contract V - Hill AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Multiple Award Construction Contract V (MACC V) at Hill Air Force Base in Utah. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a variety of construction services, including design, alteration, and repair of facilities, with a maximum value of $500 million. The project is significant for enhancing military installations and includes specialized requirements such as fire suppression and sustainable building practices. Interested small businesses, particularly those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, must submit a capabilities package by March 3, 2025, with an industry day scheduled for March 12, 2025. For further inquiries, contact Rick Thomas at richard.thomas.52@us.af.mil or Greg Cypers at Gregory.cypers@us.af.mil.
    FY25 CENTAM MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the FY25 CENTAM MATOC, focusing on commercial and institutional building construction. This procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support various construction projects, which are critical for enhancing military infrastructure and operational capabilities. Interested contractors should note that the NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on the construction of miscellaneous buildings. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584.