Similar Projects
Replace Penthouse HVAC Systems
Renovation
Design
$5,000,000 CJ est. value
Fort Harrison, MT 59636

Multiple Award Contract (MAC) - Malmstrom AFB, MT
Term Contract
Design
Malmstrom AFB, MT 59402

RFQ Contractor - Repair Dorm 1062
Renovation
Bidding
$10,000,000 CJ est. value
Malmstrom AFB, MT 59402

RFQ D/B - Emergency Department Entry and Lobby Remodel (COVID)
Build-out
Post-Bid
$500,000 CJ est. value
Fort Harrison, MT 59636

Repair and Upgrade Fire Station
Build-out, Renovation
Post-Bid
$300,000 CJ est. value
Great Falls, MT 59405

Havre Boiler and Lighting Upgrade, Department of Military Affairs
Renovation
Results
$356,927 CJ est. value
Havre, MT 59501

Facility Improvements - Exterior / Eastern Montana Veteran's Home
Renovation
Results
$154,045 CJ est. value
Glendive, MT 59330

FTH Building 1020 Physical Fitness Add/Alt, Department of Military Affairs
Addition, Demolition, Renovation, Infrastructure
Construction
$694,900 CJ est. value
Helena, MT 59602

EHRM infrastructure Upgrades - Billings Majestic CBOC (Two Locations) and Billings Spring Creek
Renovation
Design
$100,000 CJ est. value
Billings, MT 59102

Construct Outpatient Mental Health / Education Addition (VA-22-00000080) (VA-22-00000113)
New Construction, Renovation, Infrastructure - 25,900 SF
Post-Bid
$20,000,000 CJ est. value
Fort Harrison, MT 59636

Construction Management Services for VA Medical Center Fort Harrison, MT
Term Contract
Design
$2,750,000 CJ est. value
Fort Harrison, MT 59636

Chiller Drain Line Installation and Electrical HVAC Installation
Renovation
Post-Bid
$150,000 CJ est. value
Malmstrom AFB, MT 59402

Z2DA--FY24 | 436-23-114 | Building 604 Lead Based Paint Remediation and Garage Structures Refurbishment
Renovation
Design
$500,000 CJ est. value
Helena West Side, MT 59636

UTES Forward Concrete Pad and Site Improvements, Department of Military Affairs
Renovation, Infrastructure
Post-Bid
$50,000 CJ est. value
Townsend, MT 59644

Z2DA--Urgent | Building 141 Sewer Corrections | 436-23-135
Renovation
Design
$100,000 CJ est. value
Fort Harrison, MT 59636

Last Updated 10/03/2023 01:01 AM
Project Title

RFQ - Malmstrom AFB Architectural and Engineering Services Indefinite Delivery/Indefinite Quantity Multiple Award Contract

Physical Address View project details and contacts
City, State (County) Malmstrom Air Force Base, MT 59405   (Cascade County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected May 2024
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The following contracts were awarded (in alphabetical order) under the aforementioned solicitation pertaining to the Malmstrom AFB Arcthitect- Engineer Multiple Award Contract (AE MAC): FA462623D0001 - Black & Veatch - Cushing Terrell Joint Venture, 13 N 23rd St, Billings, MT 59101-2467 FA462623D0003 - CDM Federal Programs Corporation, 10560 Arrowhead Dr. Fairfax, VA 22030-7301 FA462623D0004 - GM Hill Baker Joint Venture, LLC, 9700 Philips Hwy Ste 101 Jacksonville, FL 32256-1344 FA462623D0005 - GPD, P.C. 524 1st Avenue South, Great Falls, MT 59401-3605 FA462623D0006 - Michael Baker International, Inc. 7090 S Union Park Ave Midvale, UT 84047-4156 FA462623D0007 - Page/IMEG Joint Venture, 400 W Cesar Chavez St Ste 500, Austin, TX 78701-3894 FA462623D0008 - Perigee Prime AE SB Joint Venture, LLC, 9089 S 1300 W Ste 160 West Jordan, UT 84088-6723 FA462623D0009 - Thomas, Dean & Hoskins, Inc. 1800 River Drive North Great Falls, MT 59401-1301 1. Small Business. This Multiple Award Contract (MAC) is being procured as full and open with a partial 25% small business set aside, in accordance with the Brooks Act (Public Law 92-582; 40 U.S.C. Chapter 11), as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6, for ArchitectEngineer (A-E) services, to be performed for Malmstrom Air Force Base (MAFB), MAFB missile field and Montana Air National Guard (MANG). This is an unrestricted Brooks Act acquisition open to A-E firms of all sizes. A-E firms will be selected for negotiation based on demonstrated competence and qualifications for the required work, as stated herein. The resultant contract will contain a partial small business set aside in accordance with DFARS 219.502- 2(3) and FAR 19.502-4(a), as 25% will be reserved for this multiple-award procurement. The appropriate NAICS code for this contract is 541330. The small business size standard classification for this contract is $16,500,000. Award is intended to be made to a target of eight (8) businesses in which a minimum of (2) two businesses will be small businesses. Should at least two small businesses receive a contract award, at the Contracting Officer's discretion, task orders may be set aside for small businesses in accordance with FAR 16.505(b)(2)(i)(F) for any action below the simplified acquisition threshold. Any small business awarded a contract will be allowed to compete for any task order, including those not set aside for small businesses. Large businesses will be required to submit a subcontracting plan in accordance with FAR 52.219-9 Small Business Subcontracting Plan along with their rate proposal. The following are the anticipated small business subcontracting goals. These goals apply to all subcontracted dollars and not the total contract value. These goals are subject to change. Small Business (SB) 20.0% Small Disadvantaged Business (SDB) 5.0% Historically Underutilized Business Zone (HUBZone) Business 3.0% Service-Disabled Veteran-Owned Small Business (SDVOSB) 3.0% Women-Owned Small Business (WOSB) 5.0% Small businesses will be required to comply with FAR 52.219-14, Limitations on Subcontracting. Firms must state the words (LARGE BUSINESS) or (SMALL BUSINESS) in parentheses after the name of firm in PART I, Section B, Block 5, of the SF 330. If a firm is competing for this contract under a contractor team arrangement as defined in FAR Subpart 9.6, the firm must submit, along with their SF 330, a written agreement identifying the contractor team arrangements and fully disclosing the company relationships. In the event this written documentation is not complete at the time of the SF330 submission, the partnership or joint venture (JV) shall submit a notarized letter of intent documenting the intent to form the partnership or JV to act as a potential prime contractor for award of this contract and fully disclosing the company relationships. The partnership or JV may (but need not) be in the form of a separate legal entity. The paperwork must demonstrate how the partnership or JV will remain effective for the duration of the seven-year contract. The documentation verifying the team arrangement, partnership or JV will not be considered part of the page limit for SF 330 submission. 1.2. Contract Capacity. The aggregate capacity for this procurement is ninety million U.S. dollars ($90,000,000.00). The Government intends to award a target of eight (8) Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts with a shared capacity of $90,000,000.00. Each awarded contract will have a seven (7) year ordering period consisting of a five (5) year basic performance period and subsequent one 2-year option period of performance. Awards are expected to be made by approximately April 2022 3. Task Orders. Award of task orders under this IDIQ contract are anticipated to vary from a minimum of $2,500.00 to a maximum of $2,000,000.00 per task order. The task order maximum may be exceeded with agreement between the Contractor and the Government. A minimum guarantee of $500.00 for the contract will be funded at award. Should the firm be selected for Contract, the minimum guarantee will be applied to the initial task order. Each task order will have a project-specific period of performance. The task orders issued under the awarded contracts will be competed under Fair Opportunity, FAR 16.505 (b), with the exception of orders set aside for small businesses as allowed by FAR 16.505(b)(2)(i)(F). When Fair Opportunity is provided, all firms awarded an IDIQ contract, including any small business, may compete for selection as the most highly qualified firm for that task order, with task order award evaluation being based on lowest price technically acceptable. However, please note, that if a Firm is submitting a proposal on a task order as a Prime, then the Firm cannot submit a proposal on the same task order as a Subcontractor. The Government reserves the right to ask for updated SF330s later, or at task order level, from the firms awarded a contract under this announcement. 1.4. North American Industry Classification. The primary North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services. . Scope of Services. The scope of required A-E services covers the area of responsibility (AOR) of United State Forces Malmstrom Air Force Base (MAFB), MAFB missile field, MANG, and surrounding agencies throughout the state of Montana. Representative types of facilities that may be the subject of design or planning services include, but not limited to, training and operations structures; administrative buildings; military housing such as unaccompanied enlisted barracks and dormitories, officers' quarters, and accompanied/family housing; food service such as military dining facilities and commercial restaurants; healthcare facilities such as hospitals, medical clinics, dental clinics, and veterinary clinics; communications facilities; fuel storage and dispensing facilities; religious facilities (chapels) and other family services (schools, libraries, child/youth centers); recreational and athletic facilities such as gymnasiums and multiple-purpose sports fields; airfield structures and pavements; and utility systems such as communications, power, water, gas, and sewers. Design of blast hardening; Collective Protection Systems (CPS); and Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) protection may be required for some facilities. Designs may be required to comply with Sustainable Design/Leadership in Energy and Environmental Design (LEED) and Energy Policy Act (42 U.S.C. 13201 et seq.). All design documents will be required to be based on metric system units. Specific design development phase requirements will be defined in each task order by MAFB depending on the project complexity. Design deliverables will follow MAFB design standards format. All drawings will be AutoCAD release 2020 generated and word processing will be Microsoft Word 2016 and spreadsheets in Excel office 2016. The Government will periodically update the software and version requirements. Text font shall be Times New Roman size 12. Provide word documents and Adobe Acrobat PDF files for every section of the specifications. AE is required to utilize AIA CAD-layering guidelines. Provide AutoCAD PCP or CTB file for drawings. (This file should contain pen assignments for width, color, and number of each pen used in the plotting of drawings), along with the scale each drawing is to be plotted out. Use only standard AutoCAD fonts for drawings. Final drawings will be put on CD and then plotted from the CD using AutoCAD. Detailed instructions will be provided by the government along with specific submittal requirements. The cutoff date for submitting inquiries is 2:00 PM Mountain Time on Mar 03, 2022. Firms are encouraged to submit any questions as soon as possible. Responses to questions will be posted via amendment to this notice. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Architectural, Renovation.
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