Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
MODIFICATION

C -- Install Fire Alarms CDC

Notice Date
1/18/2018
 
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
FA5004-18-R-D006
 
Archive Date
3/2/2018
 
Point of Contact
Sonia O Rivera, Phone: 9073772905, Tanya L. Gutka, Phone: 9073777061
 
E-Mail Address
sonia.rivera@us.af.mil, tanya.gutka@us.af.mil
(sonia.rivera@us.af.mil, tanya.gutka@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 design installation of audible fire alarm devices in the CDC (Child Development Center) Bldg 5182. BACKGROUND: FTQW 181019 - CDC is located on the eastern portion of the base, near the center of the base residential area. It is the on base daycare center for children younger than school age. The original fire alarm system was installed when the building was built in 1994. Since then, no renovations or upgrades have been made to the system, except to replace damaged or non-working devices of the system. Recently, the system was inspected by the on-base fire protection team and numerous violations of UFC 3-600-01, UFC 4-740-14 and NFPA 101 and 72 were identified. The biggest issues were that there was an insufficient number of exterior fire alarm notifications devices and that the current fire alarm panel cannot sufficiently and consistently run fire alarm inspection testing and maintenance (ITM). Currently the system only has strobes and chimes (no audio voice) and due to the panic the alarms cause for the children, UFC 4-740-14 requires the use of textual audible devices instead of the chimes, which is currently not installed. There is no existing mass notification system (MNS) installed and is now required with all new renovations. The existing fire panel is an older Simplex fire panel that is outdated and is no longer supported. Because of this, no programming adjustments can be made to fix the existing issues or when new devices are installed. Any ITM attempted to be completed on it either fails or is difficult to run smoothly due to the many glitches and issues with the outdated panel. 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 work to be performed shall include: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. 3. Collecting and reviewing project data and records 4. Developing design concepts and cost estimates 5. Submitting an investigation report 6. Attending review meetings 7. Making the revisions requested by the Government 8. Submitting intermediate design documents 9. Producing a complete design (35%, 95%, and 100% submissions) The scope of the investigation and design shall include the installation of audible fire alarm devices in the CDC at Eielson AFB, AK. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines:  Civil Engineer  Fire Protection Engineer  Electrical Engineer  Architectural Engineer In addition, offerors shall demonstrate their qualification for the following:  Project/Program Management  Industrial Hygienists  Fire Protection Systems  Electrical Systems  Cost Estimating  Civil Engineering  Contaminated/Hazardous Materials 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 30 Jan 2018 Primary POC email: tanya.gutka@us.af.mil Alternate POC email: sonia.rivera@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-18-R-D006/listing.html)
 
Place of Performance
Address: Eielson AFB, AK, United States
 
Record
SN04792694-W 20180120/180118230945-82510c160c6aee9a58d3e8a18d2a210b (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.