Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
MODIFICATION

C -- Eielson AFB Design Fitness Center Humidification System Investigation A&E

Notice Date
3/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
Mello-FTQ17-1003-FCH-AE
 
Archive Date
4/20/2015
 
Point of Contact
Abigail Fern Mello, Phone: 9073770109
 
E-Mail Address
abigail.mello@us.af.mil
(abigail.mello@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, AK. The 354th Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services at Eielson AFB, AK to Investigate the installation of a Humidification System in the Fitness Center (B3343) addition. BACKGROUND: The Fitness Center facility number is B3343. The Fitness Center addition was constructed in 2008. This addition houses an elevated indoor running track, indoor sports field, various workout equipment, etc. The addition has two dedicated mechanical rooms, one that houses the mechanical utility equipment and one that houses the air-handler for the addition. There have been multiple complaints of dry nasal passages, dry throats and coughing associated primarily with the activity of running on the indoor track in the Winter when humidity levels are very low. Eielson's Bio-Environmental personnel have measured indoor relative humidity levels as low as 2%. Eielson's Civil Engineer personnel have measured levels as low as 6%. The perception is that higher humidity levels are required in support of physical fitness training and testing. This is a competitive selection process in which competing offeror's qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract. IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file with the 354th Contracting Squadron. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition will be a 100% Small Business set-aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for this A&E project is between $25,000 and $100,000 IAW FAR 36.204(b). The work to be performed shall include but is not limited to: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. - investigation shall include, but not be limited To the feasibility of humidifying the space, various types of humidification systems that might be employed, various control schemes that might be employed, the effects of humidifying the fitness center addition and methods of mitigating the ill effects of humidification. 3. Collecting and reviewing project data and records 4. Developing design concepts, options and cost estimates 5. Submitting a draft investigation report 6. Attending a review meeting 7. Making the revisions requested by the Government 8. Submitting a final investigation report A-E EXPERIENCE REQUIREMENTS: A-E's experience shall include that which is commensurate with the requirements specific to the scope of the investigation. A. The ideal firm should have experience in design in sub-arctic environments; mechanical (HVAC), structural and electrical engineering; and architectural design. B. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines: 1. Mechanical Engineering 2. Structural Engineering 3. Electrical Engineering 3. Architect C. The A-E shall demonstrate that they have experienced personnel with certification, and adequate capacity and depth in the following discipline: 1. Industrial Hygiene The Air Force requires complete and functional designs that are appropriate for the sub-arctic environment of interior Alaska and that meet all applicable Federal, State, Local, Industry, U.S. Air Force and Eielson AFB requirements. The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with a product that can be used to set a scope of design to include: planning documents, investigative reports, study reports, design analyses, concept drawings, product data, cost estimates, etc. Attachments: The photographs and as-built drawings attached to this synopsis are for planning purposes only; intended to assist firms in establishing their qualification packages. The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 10AM Alaska Standard Time 20 March 2015. Primary POC email: abigail.mello@us.af.mil Alternate POC email: donovan.wall@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/Mello-FTQ17-1003-FCH-AE/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN03669717-W 20150319/150317234811-89035c4cf323ecb107f4051ee6163651 (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.