SOLICITATION NOTICE
C -- FTQW191003, Repair Arctic Utilidor A-E Services - Attach 6 - AMRDEC Guide - Attach 5 - Past Performance Questionnaire - Attach 3 - Statement of Work - Attch 1 - Instructions to Offerors - Attach 4 - SF 330 - Attach 2 - Evaluation Criteria
- Notice Date
- 9/8/2017
- Notice Type
- Presolicitation
- 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
- FA4005-17-R-D008
- Archive Date
- 10/26/2017
- Point of Contact
- Rebecca Hartupee, Phone: 9073770108, Tanya L. Gutka, Phone: 9073777061
- E-Mail Address
-
rebecca.hartupee@us.af.mil, tanya.gutka@us.af.mil
(rebecca.hartupee@us.af.mil, tanya.gutka@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attach 2 - Evaluation Criteria Attach 4 - SF 330 Attach 1 - Instructions to Offerors Attach 3 - Statement of Work Attach 5 - PPQ Attach 6 - AMRDEC Guide 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 for FTQW 18-0321 Repair Arctic Utilidor for the Central Heat & Power Plant (CH&PP) South to replace the existing steam main, condensate return, and water and sewer lines servicing buildings 3446, 6209, 3417, 3419, 3420, and the lateral that runs from the manhole MH 524-1 to MH 525-1. BACKGROUND: Eielson AFB was chosen as the preferred alternative for the F-35A mission beddown. Utilidor systems are already planned to be upgraded in size and standards to service the incoming two F-35 squadrons due to increased capacity of building utilities. However, the existing companion project (FTQW180111) does not include upgrading lateral systems at the above-mentioned locations. During severe arctic winters, facilities which lose heating for even short periods may freeze up in less than four (4) hours. Eielson's utilidors dependably distribute steam and other essential utilities to facilities throughout the installation and will do so for all new F-35 facilities. The subject project will provide heat to the existing facilities (B6209, B3416 through 3420 and between MH 526 and MH 529) by integrally linking to its companion project via the laterals. Without the subject project these existing facilities will not have a connection to the newly upgraded mainlines that will be provided by the companion project. Said upgrades 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 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 the subsequent construction project is between $1,000,000 and $5,000,000 IAW FAR 36.204(f). 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, and adequate capacity and depth in the following disciplines: 1. Architect 2. Mechanical Engineer 3. Structural Engineer B. The A-E shall also 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 25 September 2017 Primary POC email: rebecca.hartupee@us.af.mil Alternate POC email: tanya.gutka@us.af.mil The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Criteria 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/FA4005-17-R-D008/listing.html)
- Place of Performance
- Address: Lateral Lines from MH 524-1 to MH 525-1, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN04668091-W 20170910/170908231303-96fa3e1a304a2d735cb6b3297bf44947 (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 |