Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2014 FBO #4603
SOURCES SOUGHT

C -- Architectural and Engineering (A&E) Services for Fuels and Warehouse Facilities for the Defense Logistics Agency-Energy (DLA-E); and Others at Stateside and Overseas Locations - Questionnaire

Notice Date
6/30/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8903-14-R-0036
 
Point of Contact
Maria L. Candelaria, Phone: 210-395-8329, Rachel Isham, Phone: 210-395-8102
 
E-Mail Address
maria.candelaria.1@us.af.mil, rachel.isham@us.af.mil
(maria.candelaria.1@us.af.mil, rachel.isham@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFCEC A&E Questionnaire THIS IS A REQUEST FOR INFORMATION (RFI) AND FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A SOLICITATION. PLEASE DO NOT SUBMIT A PROPOSAL. SYNOPSIS: IAW FAR 52.215-3, Request for Information or Solicitation for Planning Purposes Air Force Installation Contracting Agency (AFICA), on behalf of Air Force Civil Engineer Center (AFCEC) at Joint Base San Antonio (JBSA) - Lackland is seeking sources capable of providing A&E support for sustainment, restoration, and modernization for existing fuels and warehouse facilities and infrastructure. The purpose of this request for information is to develop a viable solicitation that will best communicate the Government's requirements to industry. The response to this request is strictly voluntary and will not affect the respondent's ability to submit an offer if, or when, a solicitation is released. The information obtained through this RFI is to obtain capabilities for planning purposes and to determine appropriate strategies to meet the Agency's requirements. This RFI is solely for information and planning purposes and does NOT constitute a Request for Proposal (RFP) or a commitment for an RFP in the future. Responses to this notice are not considered offers and cannot be accepted to form a binding contract. The Government is not liable for any costs incurred by interested parties in responding to this request for information. Proprietary information or trade secrets should NOT be submitted. Respondents of this request may be asked to provide additional information/details based on their initial submittals. The Government reserves the right to select one, some, or none of the submissions for further investigation. The Government will not be obligated to pursue any particular acquisition alternative as result of this RFI. The Government personnel as well as their support contractors may review responses to this RFI. Responses will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. TASK DESCRIPTIONS: The Government is seeking a response from all interested parties and intends to support Small Business through smaller regional contract awards. Requirements will be carried out under task orders (TOs) in various locations worldwide, to include possible high-risk and/or remote locations. The respondents must be capable of providing requirements development through the Conceptual Work Plan (35%) process as well as development of 100% plans and specifications as required. A&E Services will support restoration, repair, enhancement, operations and maintenance, emergency response, and demolition for fuels and building construction and rehabilitation projects. Design components include storage tanks, distribution piping systems, fuel hydrants, pump houses, operation buildings, load/off load systems, system controls, and associated infrastructure to support operations. Typical activities consist of stand-alone engineering solutions. The Government may request third party review and oversight, or Title II Owners Representation support on designated construction sites. Planning studies and engineering assessments may also be required. Environmental support of these activities may also be required. Environmental support will require a complete range of analytical sampling, data analysis, and closure recommendations. This contract is not intended to do stand-alone environmental contracting. The Air Force will use Design-Build (D-B) and Design-Bid-Build (D-B-B) methods. The Contract Type will be Firm-Fixed Price (FFP). This action is estimated to take place over five (5) years. The respondents must be capable of providing an early involvement in the process to allow for the development of the most cost-effective and technically sound solution and expertise in recognizing and addressing problematic issues and successful execution of each task order. The respondents must be able to work in accordance with host nation, federal, state and local statutes and regulations, and Status of Forces Agreements. The respondents must be able to supply all labor, equipment, transportation, and materials necessary to accomplish the work and perform all management and planning functions including performance measurement fund status reporting to effectively secure and monitor prime and subcontract work. The respondents must be able to coordinate worksite activities with all applicable personnel to ensure the protection of human health and the environment and capable of providing the prevention of damage to property, utilities, materials, supplies, and equipment. The respondents must be responsible for the avoidance of work interruptions. The respondents must be capable of providing physical security to work areas with security equipment and personnel and must be able to comply with all Occupational Safety and Health Administration (OSHA) safety and health regulations and local safety office requirements. The respondents must be capable of providing technical plans, specifications, and reports. All respondents are required to complete the System for Award Management (SAM) process to be considered eligible for any potential Department of Defense contracts. SAM registration information can be obtained at http://www.sam.gov/. Respondents may submit their interest and ability to satisfy the Government's requirement to the point of contact listed below. SUBMISSION REQUIREMENTS: You may include any pertinent information along with the Questionnaire relating to the RFI. Responses must be no longer than twenty five (25) pages in length and should include description of capabilities, technical expertise, and relevant past experience. All responses to the RFI and Questionnaire shall be submitted by 2 PM (CT), 30 July 2014, via email to Ms. Maria Candelaria, Contract Specialist at maria.candelaria.1@us.af.mil and Ms. Rachel Isham, Contracting Officer at rachel.isham@us.af.mil or by mail to the following address: <del datetime="2014-06-16T10:22" cite="mailto:CANDELARIA,%20MARIA%20L%20GS-12%20USAF%20AFMC%20772%20ESS/PKA"> United States Postal Service (USPS) ­ DEPARTMENT OF DEFENSE 772 ESS/PKAA (ATTN: Ms. Rachel Isham) 2261 Hughes Ave, Ste 163 JBSA Lackland TX 78236-9853 OFFICIAL BUSINESS Courier (FedEx, UPS, DHL) 772 ESS PKA (ATTN: Ms. Rachel Isham) 3515 S General McMullen, Bldg 171 S an Antonio TX 78226-2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/faef5f4f003c99f6f8eacaacd0bea6dd)
 
Place of Performance
Address: 772 ESS/PKAA, 3515 S General McMullen, Bldg 171, San Antonio, Texas, 78226-2018, United States
Zip Code: 78226-2018
 
Record
SN03410341-W 20140702/140701024041-faef5f4f003c99f6f8eacaacd0bea6dd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.