Texas Bids > Bid Detail

Notice of Intent to Sole Source - A&E Title II Services, Repair/Renovate Student Dorm Building 10656 at JBSA- Lackland, TX

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159892031778258
Posted Date: Jun 29, 2023
Due Date: Jul 15, 2023
Solicitation No: Project_number_MPLS100004
Source: https://sam.gov/opp/7403daa7c5...
Follow
Notice of Intent to Sole Source - A&E Title II Services, Repair/Renovate Student Dorm Building 10656 at JBSA- Lackland, TX
Active
Contract Opportunity
Notice ID
Project_number_MPLS100004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AF INSTALLATION & MISSION SUPPORT CENTER
Office
FA8903 772 ESS PK
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jun 29, 2023 04:17 pm CDT
  • Original Published Date: Jun 15, 2023 04:56 pm CDT
  • Updated Response Date: Jul 15, 2023 05:00 pm CDT
  • Original Response Date: Jun 30, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 30, 2023
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1AA - ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA
Description

PUBLIC ANNOUNCEMENT OF INTENT TO SOLE SOURCE ARCHITECT-ENGINEERING (A&E) TITLE II SERVICES TO GCAG/SCG JV, LLC, 1700 W Main St, Ste 200, Pensacola, FL 32502-5370.



The 772 Enterprise Sourcing Squadron (772 ESS), JBSA Lackland, TX, intends to solicit and negotiate with only one source in accordance with U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, for the Title II and other traditional A-E Services for REPAIR-RENOVATE Student Dorm, Building 10656, Project No. MPLS100004 to GCAG/SCG JV, LLC. The aforementioned contractor is the original Designer of Record (DOR). Title II construction phase services includes professional engineering DOR reach-back services. GCAG/SCG JV and their teaming partners possess the required team composition with unique access to the multiple DOR firms involved with the design, with the specialized technical experience and professional qualifications to execute these Title II services. Through the development of the 100%, Issued for Construction Design, GCAG/SCG JV, LLC has acquired the highly specialized experience and past performance relevant to facility construction subject to UFC 1-200-01 specifically as it relates to the Government’s planned project; A-E Services for REPAIR-RENOVATE Student Dorm, Building 10656 at JBSA Lackland, TX. As the DOR, GCAG/SCG JV, LLC has a unique understanding of the development of the design that is being used for the procurement of the construction efforts. GCAG/SCG JV, LLC knowledge of the design allows for a uniquely efficient ability to provide the Government support in responding to requests for information, clarification of design criteria, review of submittal documents, and oversight of on-site construction adherence to the design. This efficiency in their ability to respond to aspects of the design provides for a valuable savings in time and cost to the Government. Award to any other A-E source is not a viable option/alternative since the Air force has invested in DOR liability for design, having signed and sealed the 100% design drawings. the Government determined that the identified contractor is the “only one responsible source” as defined by FAR 6.301-1(a)(2)(ii) for the required services. This project is at 100% design.



The following Title II services are required:



1. Quality Assurance Construction Inspection Services to perform full-time on-site surveillance throughout construction. Review and develop draft response for all construction submittals for Government use (e.g., shop drawings, product data, testing data, etc.). Review and develop draft Government responses for the Construction Contractor's submitted Requests-For-Information (RFIs), confirming accuracy of the RFI information based on current site conditions.



2. Architect and Engineer Professional Support Services - Includes review and development of draft response for all construction submittals for Government use (e.g., shop drawings, product data, testing data, etc.).



3. Cost Estimating Services - Document earned value completion of construction scope through on-site surveillance. Review and validate Construction Contractor's Contract Progress, Status, and Management Report (CPSMR) to include validating earned value progress, schedule, and submittal register status aligns with Title II inspection and Quality Assurance oversight.



This Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. No contract award will be made on the basis of EOIs, proposals, or quotations received in response to this notice. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for notification purposes only and does not constitute a solicitation for bids, quotes, or proposals. The Government does not intend to pay for any information provided under this notice. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. 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. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. A request for documentation will not be considered as an affirmative response. The Government will be the sole determiner regarding a company’s ability to meet all requirements. Interested parties may identify their interest and capability to respond to this requirement no later than



2:00 PM (CT), 03 JUL 2023 to Mr. Brian Bosworth at brain.bosworth.3@us.af.mil and Mr. J. Gazaway at j.gazaway@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 210 395 8776 2261 HUGHES AVE BLDG 171 STE 163
  • JBSA LACKLAND , TX 78236-9861
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >