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 -- FTQW 19-0504, CHPP Electrical Panels Phase B

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-D005
 
Archive Date
2/20/2018
 
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 engineering services at Eielson AFB, AK to replace the low voltage electrical panels, lighting and wiring throughout the Central Heat & Power Plant (CH&PP). BACKGROUND: A. The Central Heat and Power Plant (CH&PP) is a coal-fired cogeneration power plant providing steam for district heat and electricity for the facilities on Eielson AFB. The plant was originally built in 1952 and has six floors (including the basement). B. The majority of the low voltage (480V and lower voltage) electrical panels, lighting throughout the power plant and the interconnecting wiring are old and in poor condition. In addition, lighting levels in many parts of the plant are inadequate. C. In 2012 and 2013, a design was produced for replacement of all of the lighting and lighting panels in the plant as well as in the cooling pond pump house and the ash silo building. At the end of the design, it was determined that the project was too costly and should be broken into three phases, however, funding was not available at the time to modify the existing design contract. The design consultant, however, did provide a rough phasing plan. D. Since completion of the 2013 design, Boilers 5 and 6 at the plant have been replaced. As part of the boiler replacements, the lighting around those boilers has also been replaced, and other electrical changes have been made. E. In 2017, a contract was awarded for design of the first phase of the lighting project. Phase A includes replacement of all lighting in the basement and on the first floor of the main plant. In addition, Phase A includes replacement of an automatic transfer switch, installation of a new battery back-up for the lighting, installation of lighting distribution panelboards, and installation of a 480V/277V transformer. F. Almost all areas inside the plant are dusty. Many areas are classified as Class II, Div 1 or 2, Group F. In addition, many of the metal surfaces inside may be coated with lead-based paint and there may be asbestos containing materials in the project area. PROJECT GOALS: 1. This will be the second phase of a three phase project to replace the existing lowvoltage electrical panels, lighting and wiring in the CH&PP, ash silo building andcooling pond pump house. Primarily, the work of Phase B includes replacement ofthe lighting on all floors above the first floor of the main power plant building. 2. Hazardous materials abatement as necessary to complete the other work of theproject. 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. A. Tasks will include, but not be limited to: 1. Site investigation, investigation of options, development of design concepts, andproduction of an investigation report, including a discussion of options withrecommendations and cost estimates. 2. Development of the design documents for the selected option - including designanalysis, specifications, drawings and cost estimates. 3. Attendance at the various project related meetings and review conferences. 4. Responding to review comments and making revisions to the design as agreed uponduring the reviews. 5. Producing and submitting the final project design documents. 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 ideal firm should have experience designing industrial control systems and upgrades to such systems, especially in operating industrial plants and in hot, dirty and hazardous environments, specifically Class II, Div1 and 2, Group F; experience in surveying existing facilities for hazardous materials, and design including remediation of such hazards as necessary to complete the other work of the project. B. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines: 1. Electrical Engineering C. The A-E shall demonstrate that they have experienced personnel with certification, and adequate capacity and depth in the following areas: 1. Hazardous materials surveying, and preparing abatement and worker protection specifications. 2. Cost Estimating 3. Project Management The Air Force requires complete and functional designs that are appropriate for the sub-arctic environment for 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 17 January 2018. Primary POC email: sonia.rivera@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/FA5004-18-R-D005/listing.html)
 
Place of Performance
Address: Eielson AFB, AK, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04792698-W 20180120/180118230947-7be77527141f9044ca4692479acd1620 (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.