Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

C -- Repair Central Heat & Power Plant Fire Alarm System - A&E - Amendment 1

Notice Date
7/23/2014
 
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
FTQW081025-CHPPFireAlarm-AE
 
Archive Date
8/31/2014
 
Point of Contact
Donovan A. Wall, Phone: 9073770108, David Pfau,
 
E-Mail Address
donovan.wall@us.af.mil, david.pfau.1@us.af.mil
(donovan.wall@us.af.mil, david.pfau.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Statement of Work (Revised) 22 Jul 14 Attachment 2 - Evaluation Factors (Revised) 22 Jul 14 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 replace the fire detection and alarm system throughout the Central Heat & Power Plant at Eielson AFB, Alaska. 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 existing fire alarm system components are no longer supported by the manufacturer, in places, the wiring has been damaged and other areas, no detection was ever installed. B. Some areas of the power plant are Class II, Div 1 and Div 2 environments due to the presence of coal dust. Many areas in the plant are hot. Almost all areas are dusty. Many of the metal surfaces may be coated with lead-based paint, and there is asbestos containing materials in the project area. 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. Disclosure of Magnitude for this A&E project is between $100,000 and $250,000 IAW FAR 36.204(c). A. Tasks will include, but not be limited to: 1. Site investigation, investigation of options, development of design concepts, and production of an investigation report, including a discussion of options with recommendations and cost estimates. 2. Development of the design documents for the selected option - including design analysis, 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 upon during 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 in fire protection and electrical engineering, and electrical requirements for Class II, Div. 1 and div 2, Group F environments. B. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines: 1. Fire Protection Engineering 2. Electrical Engineering C. The A-E shall demonstrate that they have experienced personnel with certification, and adequate capacity and depth in the following discipline: 1. Industrial Hygiene 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. Disclaimer: The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than August 8, 2014. Primary POC email: donovan.wall@us.af.mil Alternate POC email: david.pfau.1@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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FTQW081025-CHPPFireAlarm-AE/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN03435312-W 20140725/140723235856-d4e3366704453988e976779a49376452 (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.