Similar Projects
A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

Full Service Design IDIQ
New Construction
Design

Engineering - Hubbell Lake Dam Expansion Project
Infrastructure
Bidding
$400,000 est. value
Albuquerque, NM 87121

On-Call Engineering Commissioning Agent
Infrastructure
Bidding
Albuquerque, NM

Architect-Engineer (A-E) General Services Supporting Civil Works Programs In Support of the US Army Corps of Engineers Fort Worth District and Southwestern Division
Post-Bid
$250,000 to $105,000,000 est. value

Architect-Engineer (A-E) Construction Phase Services (CPS) for Southwestern Division (SWD) and Fort Worth District (SWF) Military and Civil Works Multiple Award Task Order Contract (MATOC)
Post-Bid
$250,000 to $175,000,000 est. value
Fort Worth, TX

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Museum Education Center
New Construction, Infrastructure
Bidding
$10,000,000 est. value
Albuquerque, NM 87104

Architect-Engineering (AE) Indefinite Delivery Contract (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands
Post-Bid
Less than $45,000,000 est. value
Washington, DC

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

Design-Bid-Build Construction for the Renovation of Building 20202 Base Defense Operations Center (BDOC), Kirtland Air Force Base
Renovation - 2,500 SF
Design
$5,000,000 CJ est. value
Albuquerque, NM 87116

Statewide Drainage Engineering On-Call Services
Term Contract
Bidding
Albuquerque, NM

Statewide Steel and Concrete Inspections On-Call Services
Post-Bid

Last Updated 07/27/2022 01:31 AM
Project Title

RFQ - Infrastructure Management Facilities Support Service

Physical Address View project details and contacts
City, State (County) Albuquerque, NM 87117   (Bernalillo County)
Category(s) Government/Public, Professional Services
Sub-Category(s) Engineering, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a non-personal services contract to provide infrastructure management facility support services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor. The Operations Maintenance Division is responsible to ensure Air Force critical infrastructure remains functional. The engineer division provides facilities and infrastructure systems subject matter expert technical guidance and consultation to Phillips Research Site. SOURCES SOUGHT SYNOPSIS This is a Sources Sought Synopsis (SSS)) for market research purposes issued at Kirtland Air Force Base (KAFB). The purpose of this Sources Sought Synopsis is to determine if there are any 8(a) small businesses capable and interested in performing this effort. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The Air Force is seeking an 8(a) small business. Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. Any resulting procurement action may be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the Air Force in developing its acquisition strategy. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. The information in this notice is based on current information available. This information is subject to change and is not binding to the Government. Updated information may be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.SAM.gov or by calling 1-866-606-8220. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to email the AFRL Ombudsman, Director of Contracting, HQ AFRL/PK. The AFRL Alternate Ombudsman is the Deputy Director of Contracting, HQ AFRL/PK. Please send an email to afrl.pk.workflow@us.af.mil. Interested persons may identify their interest and capability by responding to the SSS. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is expected to be a Firm Fixed Price (FFP) requirements type contract for a total of five (5) years (Period of Performance 2023 - 2028) using FAR Part 19 and 12 contracting procedures. The Contractor shall provide all personnel, supervision, program management, and services necessary to perform a wide range of engineering support services to the Phillips Research Site (PRS), its operating locations, and its partners, Air Force Research Laboratory (AFRL), Kirtland Air Force Base (KAFB), New Mexico, as defined in this Performance Work Statement (PWS). The Contractor shall perform to the standards in this contract. Contractor tasks include task and project and process management, administration, collection development and maintenance support, reference, secondary research, circulation, interlibrary loan, outreach, customer services, education support, video, archiving, and cataloging Program Requirements: Noun - Architect/Engineering NSNs - See attached PWS herein Application - On Site support at Kirtland AFB, NM NAICS - 541330 Required Information: The focus of this Sources Sought Synopsis is to provide engineering support for the Operations Maintenance Division for Phillips Research Site (PRS) located at Kirtland AFB for the United States Air Force. Interested sources must have the ability to perform all functions stated within the PWS. Response submittals should be limited to ten pages and provide the following information for your company and for any teaming or joint venture partners: a) Name of company/Address b) CAGE Code c) Unique Entity Identifier d) Point of contact e) Phone number f) Email address g) Web page URL h) Size of Business (i.e. Small Disadvantaged Business, 8(a) concern, Minority-Owned Business), size relative to NAICS code 541330 (Small Business size standard $22.5M) i) U.S. Owned entity Capabilities: (maximum 4 pages) Provide your company's past experience on previous efforts similar in complexity to this requirement. Include Government contract history, including contract numbers, a brief description of the work performed, period of performance, agency/organization supported and individual point of contact (Contracting Officer or Program Manager). Documentation regarding capabilities and qualifications for Engineering Support Services listed in the PWS. Rough Order of Magnitude (ROM) estimate the performance period stated in the SSS Provide a brief description of your Quality Management Control Program The Government is contemplating a minimum phase-in time of 30 days for the work included in the planned procurement. Would you consider this an adequate amount of time If not, what period of time would you recommend and what is your recommendation based on Commerciality Questions: a) Are there established catalogs or market prices for this service requirement b) If you offer this service to both U.S. Government and commercial customers, is the same workforce used for both the U.S. Government and general public c) Provide any recommendations and/or concerns Respond (along with any supporting documentation) directly to: Amanda.McGovern.1@us.af.mil Primary Point of Contact: Amanda M. McGovern Contracting Officer Phone: 505-853-4654 Contracting Office Address: AFRL/RDKT 3550 Aberdeen Ave SE Kirtland AFB, NM 87117-5776 The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents