Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

C -- A&E SURVEY PROPERTY BOUNDARY - Questions and Answers

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
 
ZIP Code
99702-1794
 
Solicitation Number
W91ZRU-17-R-4000
 
Archive Date
9/5/2017
 
Point of Contact
Jeffery Porter, Phone: 9073778742, Martin Khan, Phone: 9073778741
 
E-Mail Address
jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers Questions and Answers posted. _____________________ Synopsis: Pre-solicitation Subject: FTQW 17-2003; SURVEY PROPERTY BOUNDARY Solicitation Number: W91ZRU-17-R-4000 I. Acquisition Description: The 168 th Wing at Eielson AFB is seeking an Architect and Engineering (A/E) procurement for a property boundary adjacent to building 3345, 168 Wing Medical Group has increased by 2.19 acres. Specialized experience and technical competence in the types of work required: 1. Add 2.19 acres of gained property on the perimeter of parcel 4 with appropriate marking and certificates. Newly gained property will fully encompass building 3345, and a portion of the parking lot and entrance. 2. Demolish all existing monuments that correspond to the outdated Parcel 4 property boundary 3. Repair demolition sites to match surrounding ground conditions, including back filling with soil to flush surface and reseeding areas adjacent to grass. 4. Reporting unforeseen differing site conditions (Work above and beyond the existing scope shall not be performed without written approval by the CO) Duration: The total contract duration is anticipated to be 60 calendar days This is a Small Business Set-Aside. Product or Service Code: C218 The North American Industry Classification System (NAICS) code is 541370 and the small business size standard is 15.0 M. The Disclosure of Magnitude for this project is between $25,000 and $100,000 IAW FAR 36.204(b). All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive offerors will be considered by the agency. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. This clause does not apply to the unrestricted portion of a partial set-aside. II. Preliminary Screening •1. Must submit a fully completed, current Standard Form 330. •2. Must have experience in providing surveying services. •3. Be eligible to gain base access. •4. Registered in System of Award Management and Wide Area Work Flow. III. Evaluation Evaluation Factors 1 - 3 are considered most important and are equal. Factors 4 and 5 are less important and will be sued a tie breakers among technically equal firms. IAW FAR 36.602-1(a) the following factors are rated on a point system (100 maximum points): •1. 25 Points: Professional Qualifications Registered Professional Land Surveyor(s) license in the state of Alaska. •2. 25 Points: Specialized Experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The firm must also demonstrate an understanding of proper technical and legal procedures, standards and quality control procedures, as outlined in the 2009 Manual of Surveying Instructions as well as the Minimum Standards for Surveying in Alaska in Title 11, Chapter 53, of the Alaska Administrative Code. •3. 25 Points: Capacity to accomplish the work in the required time in the specified geographical area with the identified personnel and equipment. •4. 20 Points: Past performance on similar A & E Services in systems such as Past Performance Information Retrieval System (PPIRS). Utilizing customer satisfaction in PPIRS in areas such as cost control, compliance with performance schedules, and management effectiveness. •5. 5 Points: Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project IV. Standard Form 330 (1) Highlight experience in regulatory compliance and surveying projects pertaining to Federal or State property assets (within the last 10 years) (2) Highlight NAICS 541370 /PSC C218 experience (within the last 10 years) (3) Discuss the division of services among the proposing team. Include previous experience the team has had working together providing similar required services (4) Clearly define the capabilities, resources, and responsibilities of the proposing firm's office (5) (Deleted). V. Past Performance A&E firms must have previous clients for the Offerors example, see "example projects" in section F of Standard form 330. (Deleted) VI. Submissions Solicitation packages are not available. This is not a request for proposal. Submissions must be received at the address shown below no later than 1200 pm, Alaska Standard Time on August 21, 2017. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact contracting representative, civil engineering or facility officials by letter or by telephone to request additional information. The address for submission including regular and express mail as well as overnight packages is: Contracting Office Address: 375 TANKER RD, Suite 307 EIELSON AFB, ALASKA 99702 Contracting Office Address: 375 TANKER RD, Suite 307 EIELSON AFB, ALASKA 99702 Place of Performance: Approx. 168 AW/ BLD 3345 2612 Central Ave. Eielson AFB, Alaska 99702 United States Primary Point of Contact: Jeffery Porter, Contract Specialist jeffery.g.porter2.mil@mail.mil Phone: 9073778742 Secondary Contact: Martin Khan Contract Specialist Martin.Khan.mil@mail.mil Phone: 9073778741 DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. All questions concerning this synopsis and subsequent solicitation must be directed to TSgt Jeffery Porter at the below listed e-mail address: jeffery.g.porter2.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU-17-R-4000/listing.html)
 
Place of Performance
Address: 2612 Central Ave, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04625151-W 20170813/170811232112-fedc0630ab498c1604fc248d1b528f45 (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  © 1994-2020, Loren Data Corp.