******* Issuing Amendment 0002 on 30 July 2025 *********
The purpose of this amendment 0002 is to:
1.) Provide RFI responses (See Section J, Attachment 5 - RFI Log for A-E IDIQ dated 30 July 2025).
2.) Provide a revised Statement of Work ( See Section J, Attachment 1 - AE IDIQ Luke SOW dated 29 July 2025).
3.) Provide an updated Joint Venture Disclosure form (See Section J, Attachment 7 - Joint Venture Disclosure dated 30 July 2025).
4.) Provide a revised copy of Section L - Instructions, Conditions, and Notices to Offerors (See Section J, Attachment 8 - Section L A-E dated 30 July 2025).
5.) Provide a revised copy of Section M - Evaluation Factors for Award (See Section J, Attachment 9 - Section M A-E dated 30 July 2025).
6.) Extend the proposal due date for Volume I - Technical and Volume II - Past Performance from 1 August 2025 to 12 August 2025.
*****************************************************************
******* Issuing Amendment 0001 on 17 July 2025 *********
The purpose of amendment 0001 is to extend the proposal due date from 7/21/25 to 8/1/2025, incorporate FAR clause 52.240-1, and DFARS provision 252.204-7019. See attached amendment for full details.
**********************************************************
The 56th Contracting Squadron (56 CONS) intends to issue three Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for multidisciplinary Architectural-Engineering (A-E) services in support of the following locations in Arizona:
- Luke AFB (majority of projects will take place at this location)
- Davis-Monthan AFB
- Barry M. Goldwater Range
- Gila Bend Auxiliary Airfield
- Auxiliary 1 Site in northwest Surprise
- Other related facilities in the greater Phoenix Metropolitan Area
- Fort Tuthill in Flagstaff
The IDIQ will have a 5-year ordering period with an anticipated total ceiling value of $25,000,000. 56 CONS intends to select three A-E firms for award. The guaranteed minimum award amount for this contract is $2,500.00. The IDIQ will be multidisciplinary in nature. Work is anticipated to include, but is not limited to, Title I, Title II, Mechanical, Electrical, Fire Protection, Civil, Structural, and Architectural design services. Projects will vary by type, scope, and complexity requiring the use of various design disciplines and related technical services.
THIS PROCUREMENT IS SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES IN ACCORDANCE WITH FAR SUBPART 19.14. CONTRACTORS ARE REQUIRED TO BE CERTIFIED PRIOR TO CONTRACT AWARD.
The applicable North American Industry Classification System (NAICS) Code is 541330 –
Engineering Services – with a Small Business Size Standard of $25,500,000.00.
NOTE: All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award from any DoD activity. Contractors may access the site at https://sam.gov to register and/or obtain information about the SAM program. No Foreign participation is allowed.
These services will be procured in accordance with FAR Subpart 36.6. Firms will be selected based on demonstrated qualifications for the required A-E services. Please reference Attachment 8 (Section L - Instructions, Conditions, and Notices to Offerors) and Attachment 9 (Section M - Evaluation Factors for Award) for additional information.