Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

C -- FTQW19-1003, Repair Parachute Shop (B1161) - Amended Statement of Work

Notice Date
9/12/2017
 
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
FA4005-17-R-D007
 
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
Amended Statement of Work Attachment 3, Dated 12 Sep 17 ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, AK. AMENDMENT - Revised Statement of Work dated 12 Sep 17 Para 3.02 added "The building is currently considered a historical building by Alaska SHPO." Para 3.03 added subsection V. AMENDMENT - Revised attachments posted. "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 19-1003 Repair Parachute Shop (B1161) to investigate the possible design options of the parachute shop, B1161. BACKGROUND: The parachute shop (bldg. 1161) at Eielson AFB, Alaska is a 7,244 SF facility that houses Air Force functions that maintain parachutes and floatation devices. The facility was built in 1952, the parachute drying tower was extended in 1957 and an addition was built on to the building in 1992. The building has undergone other various renovation and repair projects as well. The parachute shop subsystems are antiquated and have reached the end of their life. The building's operations require humidification of 40% relative humidity at 70° F. Though the building has undergone renovations and repairs to mitigate the issues resulting from the high humidity levels in the winter, the building was not constructed to accommodate those conditions. A major renovation is required to repair the building to include a building envelope that can handle the required humidity levels year round. The building is sitting on known contaminated area SS521. This is a competitive selection process in which competing offerors' 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 not applicable to investigation services. 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 4. Civil Engineer 5. Fire Protection Engineer 6. Electrical Engineer 7. Land Surveyor *For the Fire Protection Engineer (FPE) - "licensed professional" for purposes of this evaluation factor shall mean a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES). The FPE shall also have a minimum of 5 years of experience, dedicated to fire protection engineering that can be verified with documentation. Proof of passing the examination and required experience shall be submitted with the proposal or it will be assumed the FPE does not meet these qualifications. 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. Environmental (hazmat and soil remediation) 3. Industrial Hygienist (certified) 4. Cost Estimator 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-D007/listing.html)
 
Place of Performance
Address: B1161 Parachute Shop, Eielson AFB, Alaska, 99207, United States
Zip Code: 99207
 
Record
SN04672212-W 20170914/170912231418-4f5d0d3e96787f631dc7b0874e2a88a7 (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.