Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

C -- Reno Engine MX Fac NDI - Synopsis Attachments

Notice Date
5/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
FA5004-17-R-D004
 
Archive Date
6/24/2017
 
Point of Contact
Zachary S. Bowens, Phone: 9073772905, Vernon L Verschelden, Phone: 907-377-3503
 
E-Mail Address
zachary.bowens@us.af.mil, vernon.verschelden@us.af.mil
(zachary.bowens@us.af.mil, vernon.verschelden@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis Attach 6 - AMRDEC Guide Synopsis Attach 5 - PPQ Synopsis Attach 4 - SF 330 Synopsis Attach 3 - Statement of Work Synopsis Attach 2 - Evaluation Factors Synopsis Attach 1 - Instructions to Offerors ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, AK. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." 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 renovate the existing Engine MX NDI facility (Bldg 1346) to provide x-ray radiation shielding and fire protection/suppression where needed, as identified in Section 4 of the Scope of Work. BACKGROUND: Eielson AFB was chosen as the preferred alternative for the F-35A mission beddown. The current Engine MX NDI facility's X-Ray room, when in use, does not allow for personnel to occupy the room directly above it due to lack of radiation penetration boundary along the ceiling in the X-Ray room. Also, when the X-Ray room is in use, personnel in the building must delineate themselves around a certain radius from the room's entrance due to the room's main door not having proper lining to prevent radiation penetration. When in use, operations inside the room can take up to a full typical workday. In another section of the building, there is no Fire Protection/Suppression in Rooms 109, 110 nor 111. Such systems must be installed in order for the building to be fire-safety-compliant with Eielson AFB and the DoD. If all of the above-mentioned renovations are not met, there could be negative impacts on aircraft readiness, inability of the installation to sustain F-35A operations, and direct impacts to mission objectives supporting stability and security in the Asia-Pacific region. Said renovations would ultimately aid in the success of the new F-35A program at Eielson Air Force Base. 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 solicited on an 100% Small Business Set-Aside basis. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for the subsequest construction project is between $25,000 and $100,000 IAW FAR 36.204(b). The work to be performed shall include: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. - investigation shall include, but not be limited to whether or not electrical and utility services are adequate to support the renovation work 3. Collecting and reviewing project data and records 4. Developing design concepts and cost estimates 5. Submitting an investigation report 6. Attending review meetings and publishing meeting minutes 7. Making the revisions requested by the Government 8. Submitting intermediate design documents 9. Producing a complete design (35%, 95% and 100% submissions) A-E EXPERIENCE REQUIREMENTS: A-E's experience shall include that which is commensurate with the requirements specific to the scope of design. A. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, adequate capacity and depth in the following disciplines: 1.Architect 2.Mechanical Engineer 3.Structural Engineer B. The A-E shall demonstrate that they have experienced personnel with certification and adequate capacity and depth in the following disciplines: 1.Project/Program Management 2.Electrical Engineer 3.Fire Protection Engineer 4.Cost Estimating 5.Industrial Hygienists 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 complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 26 May 2017. Primary POC email: zachary.bowens@us.af.mil Alternate POC email: vernon.verschelden@us.af.mil The following documents are considered attachments to this A&E Announcement: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Factors Attachment 3 - Statement of Work Attachment 4 - SF 330 Attachment 5 - Past Performance Questionnaire Attachment 6 - AMRDEC Guide
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-17-R-D004/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04502965-W 20170512/170510234914-a90ad85de01616d1ae110cc470e8cc1a (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.